Attachment 1 ADDRESSEE LIST

288
N00024-07 -C-61 19 Attachment 1 ADDRESSEE LIST

Transcript of Attachment 1 ADDRESSEE LIST

N00024-07 -C-61 19

Attachment 1

ADDRESSEE LIST

DO FORM 1423 (CDRL) BLOCK 14 ENTRY

ACO ACO/QAR

DTI C

I HD/NSWC 622

IWS 3A

J HU/APL.

NSWC/ DD G23

N00024-07 -C-6119 ATTACHMENT 1

ADDRESSEE LIST

COMPLETE ADDRESS

DCMA RAYTHEON TUCSON P 0 BOX 11337 BUILDING 801 M/S J2 TUCSON AZ 85734-1337

DEFENSE TECHN I CAL. INFORMATION CENTER ATTN l<b)(6) I 8725 JOHN J KINGMAN ROAD SUITE 0944 FT BELVOIR VA 22060-6218

COMMANDER INDIAN HEAD DIVI SION NAVAL SURFACE WARFARE CENTER ATTN l<b)(6) I 101 STRAUSS AVENUE INDIAN HEAD MD 20640-5035

PROGRAM EXECUTIVE OFFICE INTEGRATED WAREFARE SYSTEMS 3A ATTN l<b)(6) I 1333 ~I S_S_A_C __ H_U_L_L __ A_V_E~ SE STOP 2301 WASH INGTON NAVY YARD DC 20376-2301

JOHNS HOPKINS UNIVERSITY APPLIED PHYSICS LAB9 RATORY ATTN l<b)(6) _

JOHNS. 1.-H~O"'""P_.K"'""I--N~S-. "'""R~O-A"'""D___. LAUREL MD 20 723-6099

COMMANDER DAHLGREN DIVISION NAVAL SURFACE WARFARE CENTER ATTN @K~ I 17 320 DAHLGREN ROAD DAHLGREN VA 22448 - 5100

2

DO FORM 1423 (CDRL) BLOCK 14 ENTRY

PCO

MDA/AB

PHD/NSWC 66A

TECHREP/ TC

N00024-07 -C-6119 ATTACHMENT 1

ADDRESSEE LIST

COMPLETE ADDRESS

AEGI S BALLI STI C MI SS ILE DE FENSE ATTN l(b)(6) I 1 72 11 AVENUE D, SUITE 1 60 DAHLGREN VA 22448

AEGI S BALLI STIC MI SS ILE DE FENSE ATTN l(b)(6) I 1 72 11 AVENUE D, SUITE 1 60 DAHLGREN VA 22448

COMMANDER PORT HUENEME DI VI SI ON NAVAL SURFACE WARFARE CENTER ATTN l<b)(6) 4363 M~I~S~S~I~LE--W"A~Y~------------~ PORT HUENEMR CA 93043-4307

PEO TSC TECHREP TUSCON ATTN ~l(b~)(6_)~~~~~ BUILDING 801 MS M-9 P 0 BOX 11337 TUCSON AZ 85734-1337

3

N00024-07-C-61 19

ATTACHMENT 2

DATED August 2009

CDRL ELECTRONIC DISTRIBUTION REQUIREMENTS MATRIX

CDRL SHORT TITLE STATUS *MDA/AB

AOOI ECP TOP LEVEL X A002 RFD TOP LEVEL X A003 COST PERF RPT/ ACWP X A004 COST DATA SUMMARY X A005 FUNCCOSTHRIPROGCURVE X A006 CONTRACTFUNDSSTATUS X A007 CONT SOP/EXPLOSIVE HAND X A009 STATUS GFE RPT N AOlO INTEGRATED MASTER SCH X AOll COST PERFORMANCE RPT X A0 12 PERFORMANCE &COST RPT X BOOl COST PERF RPT/ ACWP X B002 COST DATA SUMMARY X B003 FUNC COST HR/PROG CURVE X B004 CONTRACT FUNDS STATUS X BOOS CONT SOP/EXPLOSIVE HAND X B006 INTEGRATED MASTER SCH X B007 COST PERFORMANCE RPT X BOO& PERFORMANCE &COST RPT X

N00024-07 -C-6119 ELECTRONIC DISTRIBUTION REQUIREMENTS

APPENDIX A AND B

MD A/DOE JHU/ NAWC NSWC NSWC/ APL CL CORONA DD

X X X

X X X X

X X X X X X X X X X X X X

X X X X X X X

2

NSWC NSWC/ PHD/ TECHREP/ TECHRE EARLE IHD NSWC CN PI

TC X X X X X X X X X X

X X

X X X X X

X X X X

X X X X X X X

AOO ! A002 A003 A004 A005 A006 A007 A009 AOJO AOll AOJ2 8001 8002 8003 8004 8005 8006 8007 8008

N00024-07 -C-6119 PD 452 DISTRffiUTION REQUIREMENTS

APPENDIXB

SHORT TITLE STATUS PD452 ACO

ECP TOP LEVEL D RFD TOP LEVEL D COST PERF RPT/ACWP D COST DATA SUMMARY D FUNC COST HRIPROG CURVE D CONTRACTFUNDSSTATUS D CONT SOP/EXPLOSIVE HAND D STATUS GFE RPT N INTEGRATED MASTER SCH D COST PERFORMANCE RPT D PERFORMANCE & COST RPT D COST PERF RPT/ACWP D COST PERFORMANCE RPT D FUNC COST HR/PROG CURVE D CONTRACTFUNDSSTATUS D CONT SOP/EXPLOSIVE HAND D INTEGRATED MASTER SCH D COST PERFORMANCE RPT D PERFORMANCE & COST RPT D

3

PD452I PCO DTIC

D D D D

D D

D D D D D D D D D D D D D D D

ENTRY

* (ASTERICK)

X

0

N

DESCRIPTION

N00024-07 -C-6119 LEGEND FOR DISTRffiUTION REQUIREMENTS

APPENDIXC

ADDITIONAL DISTRIBUTION MAY BE REQUIRED BY THE FACILITY DATA MANAGER AS LISTED IN APPENDIX A

ELECTRONIC NOTIFICATION/DISTRIBUTION VIA CDMS (WITH HARD COPY DISTRIBUTION ONLY AS NECESSARY)

ELECTRONIC NOTIFICATION/DISTRIBUTION VIA FACILITY DATA MANAGER (WITH HARD COPY DISTRIBUTION ONLY AS NECESSARY)

DISTRIBUTION MADE TO ANOTHER OAT ABASE

4

ATTACHMENT 3

Statement of Work

FOR THE

STANDARD MISSILE 3

BLOCKIAandBLOCKIB

MANUFACTURING PROGRAM July 2013

1

N00024-07 -C-6119

N00024-07 -C-6119

TABLE OF CONTENTS

I INTRODUCTION .............................................................................................................. 5 II SCOPE ............................................................................................................................ 5 ill BACKGROUND & ASSUMPTIONS ......................................................................... 13 IV APPLICABLE DOCUMENTS ..... .. .. .. .. .. .......... .. .......... .. .. .. .. .. .......... .. .......... .. .. .. .. .. ..... 13 1.0 Standard Missile-3 Missiles ... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ...... .. .. .. .. ... ... .. ... 17 1.1 Hardware .................................................. .. .............................. .. ................................. 17

1.1.1 Hardware Engineering. Not Used ...................................................................... 18 1.1.2. First Stage ......... ................................ ................................ ................................. 18 1.1.3 Second Stage ..................................................................................................... 18 1.1.3.1 Steering Control Section ................................................................................ 18 1. 1.3.2 Dual Thrust Rocket Motor ... .. .. .................. .. ...... .. .. .. .................. .. ...... .. .. .. ..... 18 1.1.3.3 Staging Assembly ....... .. .. .. .. .. ...... .. .............. .. .. .. .. .. ...... .. .............. .. .. .. .. .. ...... .. . 18 1.1.4 Third Stage ........................................................................................................ 18 1.1.4.1 Guidance Section ........................................................................................... J 8 1.1.4.2 Third Stage Rocket Motor ............................................................................. 19 1. 1.5 Fourth Stage ...................................................................................................... 19 1.1.5.1 Kinetic Warhead (Block IA) ................................... ................................ ....... 19 1 .1.5.2 Kinetic Warhead (Block IB) ... .. .................. .. ...... .. .. .. .................. .. ...... .. .. .. ..... 19 1.1 .6 Nosecone ................................. .. .. .. .. .. .. .. ...... .. .. .. ...... .. .. .. .. .. .. .. ...... .. .. .. ...... .. .. .. ..... 19 1.1. 7 Guided Missile Assembly Kit ........................................................................... 19 1.1. 8. Guided Missile Round ....................................................................... ................ 19 1.1.9 Hardware. Analysis .. Not Used ....................................................................... .... 20 1. 1. 10 Propulsion Technical Team. Not Used .......................... .. ................................. 20

1.2 Software. Not Used .... .. .. .. .. ........... ....... .. .. .. .. .. .. .. ........... ....... .. .. .. .. .. .. .. ........... ....... .. .. .. . 20 1.3 Integration, Test and Analysis (IT&A). Not Used ...... .. .. .. .. .. .......... .. .. .. ...... .. .. .. .. .. ..... 20

1.3.1 IT&A System Engineering. Not Used ........... .. .. .. .. .. ...... .. .............. .. .. .. .. .. ...... .. . 21 1.3.2. Pacific Missile Range Facility (PMRF) Field Operations .. Not Used ............. 211 1.3.3. Data Analysis. Not Used ................................................................................... 21 1.3.4 Test Equipment Maintenance. and Support ....................................................... 21 1.3.5 Special Test Equipment (STE). Not used .......................................................... 21 1.3.6 Design Verification Tests (DVTs). Not used . .................................................. 21 1.3.7 Flight Test Rounds Kits ...... .. .. .. .. .. .......... .. .......... .. .. .. .. .. .......... .. .......... .. .. .. .. .. ..... 21

1.4 Systems Engineering, Prod Eng and Operations Support .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . 21 1.4.1 SE, CM, DM ...................................................................................................... 21 1.4.2 System Design Requirements. Not Used .......................................................... 22 1.4.3. Design Coordination. Not Used ....... ........ ........................ ........ ........................ .22 1 .4.4 Specialty Engineering ..... .. ...... .. .. .. .................. .. ...... .. .. .. .................. .. ...... .. .. .. ..... 22 1.4.4.1 Exposive Mishap Prevention .. .. .. .. .. .. .. .. ...... .. .. .. ...... .. .. .. .. .. .. .. ...... .. .. .. ...... .. .. .. ..... 22 1.4.5 Functional Design. Not Used ............................................................................ 23 1.4.6 Simulation Tools. Not Used ....... .. .............................. .. .............................. ....... 23 1.4.7 Integrated Logistics Support (ILS) .................................................................... 23

2

N00024-07 -C-6119

1.4.8 Responsible Engineering Authority (Production) ............................................. 24 1.4.9 Production Control and Operations Support.. ................................................... 25 1.4.9.1 Production Control ........................................................................................ 25 1.4.9.2 Operations Support ........................................................................................ 25 1.4.10 JCR Systems Engineering. Not Used ................................................................ 25 1.4.11 ETEDDS. Not Used ........... .. .. .. .. .. .......... .. .......... .. .. .. .. .. .......... .. .......... .. .. .. .. .. ..... 25 1.4.12 Foreign Military Sales (FMS). Not Used ..... .. .. .. .. .. .. .. .. .. .. .. .. ...... .. .. .. .. .. .. .. .. .. .. .. . 25 1.4.13 Transition to Production .. Not Used ................................................................. .. 25 1.4.14 SM-3 AUR Manufacturing Sustaining Engineering ........................................ 25 1.4.15 Government Furnished Equipment/Material (GFE/M) Repair ......................... 28 1. 4.16 System Architecture & Analysis. Not Used ...................................................... 2 9 1.4.18 Flight Test Engineering Services. Not Used ..................................................... 29

1.5 Program Management ........... .. ... ...... .. .. .. ............... .. ... ...... .. .. .. ............... .. ... ...... .. .. .. ... .. 29 1.5.1 Technical Direction ........................................................................................... 29 1.5.1.2 Government Technical Representative ............................................................. 29 1.5 .1.3 Meeting and Reviews ......................................................................................... 29 1.5 .2 Business/ Administration/Scheduling ................................................................ 30 1.5.3 Quality Assurance .............. .. .............................. .. .............................. .. ............. 32 1.5.4 Mission Assurance Implementation Plan (MAIP) ............................................ 33 1 .5.4.1 Block IA/IB ... .................................................................................................... 33 1.5.4.2 Block IB Parts, Materials, and Processes .......................................................... 33 1.5.4.3 Block IB Audit Program .................................................................................... 33 1.5.4.4 Block lB. Software IV &V and EVM ................................................................. 33 1.5.4.5 Reserved ............................................................................................................ 34 1.5.4.6 Block ill Supplier Management Requirements .............. .. ................................. 34 1.5.4.7 Block ill Maintenance/Availability of Quality Records .. .. .. .. .. .................. .. .. ... 35 1.5.4.8 All-Up-Round Certification .............................................................................. 35 1.5.5 Safety .... ...... .. .. ............ .. .. .... .. .. .. ...... .. .............. .. .. .. .. .. ...... .. .............. .. .. .. ... .. .. ... .. . 35 1.5.6 Expediting Contract Closeout ........................................................................... 35

1.6 Facilitization. Not Used ................................................................................................ 36 1.7 Unique Identification (UID) ......................................................................................... 36 1.8 Security Program .......................................................................................................... 36 1.9 Hazardous Material Control and Management. ........................................................... 36 2.0 Critical Hardware Handling .......... .. .. .. .. ............ .. .......... .. .. .. .. ............ .. ......................... 37 3.0 Exclusion of Mercury ......................... .......................................................................... 37 4.0 Inspection, Acceptance, Marking and Packaging Requirements ................................. 37 4.1 Inspection and Acceptance ........................................................................................... 37 4.2 Deliveries or Performances .......................................................................................... 39 4.3 Packaging Instructions ................................................................................................. .40

4.3.1 Missiles .............................................................................................................. 41 4.3.2 Missiles and Components ................................................................................. .41 4.3.3 Periodic Retesting of Hazardous Material Packages ....................................... .41 4.3.4 Marking ............................................................................................................. 42

3

N00024-07 -C-6119

4.3.5 Packing List(s) ................................................................................................... 42 4.3.6 Master Packing List ........................................................................................... 42 4.3.7 Part Identification .............................................................................................. 42 4.3.8 Hazardous Materials. Packaging ....................................................................... .44 4.3.9 Distribution Statement. ...................................................................................... 44

4.4 Marking of Inert Operating Missiles ... .. .. .......... .. .......... .. .. .. .. .. .......... .. .......... .. .. .. .. .. .... .44 4.5 Identification Marking of Parts . .. .. .. .. .. .. .. .. .. .. .. ... ... .. .. .. .. .. .. .. .. .. .. .. ... .... ... .. .. .. .. .. .. .. .. .. .. .. . 44 4.6 Marking of Reports ....................................................................................................... 45 4.7 Assignment and Use of National Stock Numbers ....................................................... .45 4.8 Assignment of Serial Numbers .................................................................................... .45 4.9 Updated Specifications and Standards ........................................................................ .45 4.10 Government-Industry Data Exchange Program .......................................................... .46 4.12 Travel Costs ....................................... .. .. .. .................. .. ...... .. .. .. .................. .. ...... .. .. .. ..... 46 4.13 Open Systems Architecture ....... .. .. .. .. .. ...... .. .............. .. .. .. .. .. ...... .. .............. .. .. .. .. .. ...... .. . 47 4.14 EMRLs- Measuring Program/Product Maturity ......................................................... .47 4.15 Intelligent, Integrated Model-Based Design for Manufacuring and Assembly ........... .48 4.16 Supply Chain Lean Enterprise ..................................................................................... .48 4.17 Make Buy Plan ............................................................................................................. 49 4.18 Subcontractor and Supply Chain Managment ....................... ................................ ...... .49 4.19 Anti-Tamper. ..................................... .. .. .. .................. .. ...... .. .. .. .................. .. ...... .. .. .. ..... 50 APPENDIX A List of Acronyms ..... .. .. .. ...... .. .. .. .. .. .. .. ...... .. .. .. ...... .. .. .. .. .. .. .. ...... .. .. .. ...... .. .. .. .. .. . 51 APPENDIX B Contractor Format Documentation ................................................................. 54

4

N00024-07 -C-61 19

I. INTRODUCTION The objective of the Aegis Ballistic Missile Defense (BMD) Program is to continue to demonstrate, evolve and provide a capability to intercept ballistic missiles with a STANDARD Missile-3 (SM-3) Missi le integrated with the Aegis Weapons System (AWS).

The Contractor is. the Manufacturer of multiple. configurations of the SM-3. missile. and in that capacity shall deliver missiles to. the customer .. The following definitions apply:.

• Guided Missile Round - Encanistered Missile Round • Missile. All Up Round or Guided Missi le Assembly - Complete Missile less.

canister

II.. SCOPE.

This Statement of Work (SOW) provides task descriptions associated with the manufacture. assembly, test, and delivery of SM-3 Block (BLK) IA and BLK m Missile Rounds using the Government Furnished Property (GFP) specified in Attachment 9. Missile. performance. shall meet requirements of the Performance Specification,. Item Specification for the. Aegis BMD SM-3 Top Level Requirements (TLR) (Component Capability Specification),. WS33744. for BLK IA and WS35176 for BLK lB .. The Contractor is. not authorized to use. Class. I Ozone. Depleting Substances. during the. execution of this contract.

CLINs 0001, 0003, and 0004.- The Contractor shall fabricate, test and deliver twenty­seven (27) for CLIN 0001 ,. twenty-four (24) for CLIN. 0003,. and twelve. (12} flight test rounds. and six (6) tactical SM-3 Block IA Missile Rounds for CLIN 0004. in accordance. with Attachment 3. and other applicable requirements. of this. contract. . The Contract shall use. the. Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities as described in Section B and Attachment 6. Missile performance shall meet requirements of the Missile Performance Specification of SM-3 WS33744.

The Contractor shall fabricate each SM-3 Missile All Up Round for flight-testing to. contain a Flight Termination System (FfS). The contractor shall provide the. special test units. and deliverable. missile units. listed below:.

5

Hardware. Units. for Test

Manufacturing Surveillance Motors. Divert and Attitude Control Systems (DACS)

Third Stage Rocket Motors (TSRM)

Solids Divert and Attitude. Control System (SDACS) TSRM

Deliverable. Missile. Units. CLIN 0001 Blk lA Rounds.

CLIN 0003 Blk lA Rounds

CLIN 0004 Blk IA Rounds

CLIN 0005 Blk IA Rounds (FMS Case JA-P-LUX)

CLIN 0007 Blk lA Rounds. (FMS Case JA-P-LVK)

CLIN 0009 B lk lA Rounds (FMS Case. JA-P-LUX)

CLIN 0016. Blk IB Rounds

CLIN 0018 Blk lA Rounds.

CLIN 0019 Blk lA Rounds

MK72 Inert Boosters with TV As ..

CLIN 0024 Blk IB Rounds

CLIN 0025 CLIN 0026

N00024-07 -C-6119

QTY EA Remarks

QTY EA Remarks 2 CLINs. 0001 , 0003,. 0004,. 0016.

2 CLINs 0001,0003,.0004, 0016

1 CLIN s. 0005, 0007, & 0009

1 CLIN s 0005, 0007, & 0009

QTYEA Remarks. 27

24

18 12 FfRs & 6 Tactical

9

9

9

20 20FfRs

1

22 2 FTRs & 20 Tactical

4

14 9 FTRs and 5 Tactical

14 2 FTR and 12 Tactical 4 4FTRs

6.

N00024-07 -C-61 19

CLIN0002. The Contractor shall furnish data for CLINs. 0001 , 0003, 0004, 0016, 0018, 0019, 0024, 0025,. and Option CLIN 0026, if exercised. Unless. otherwise specified , the. Contractor shall schedule the. dates. of first submission and subsequent revisions of the data in the Integrated Master Schedule (IMS) and the. Top Level Program Schedule. The Contractor shall maintain the data current with design modifications and changes in program requirements. As specified herein,. agreed upon data shall be delivered to the Government's Aegis Ballistic Missile Defense database or to other databases as specified in the Contract Data Requirements List, DD Form 1423, Exhibit A . . Revisions to. the data shall be. submitted electronically and available real-time. through a mutually agreed upon method.. The. data to be furnished hereunder shall be prepared in accordance. with the Contract Data Requirements List,. DD Form 1423,. Exhibit A, attached hereto.

CLIN 0005. The Contractor shall fabricate, test and deliver nine (9) SM-3 Block lA Missile. Rounds in accordance. with Attachment 3. and other applicable requirements of this contract.. One. round will be identified and configured for use as. a flight test round for a live. fire event.. The Contractor shall use. the. Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities. as described in Attachment 6 and Section B. The FMS Case is JA-P-LUX and the LOA period of performance is September 2005. through February 2009. Only costs unique to FMS case JA-P-LUX may be charged to this CLIN . . Costs that benefit other customers may not be charged to this CLIN .. Missiles will be shipped in place at the. Contractor's All Up Round Facility Camden and accepted by DD Form 250 . . The. Government wi ll then ship the. missiles. to a U.S. Naval Facility in Pearl Harbor and store. them at a U.S. Naval Facility in Pearl Harbor until such time that they are loaded onto the Japan Maritime Self-Defense Forces (JMSDF) Ship JS CHOKAI (DDG 176) at Pearl Harbor..

The Contractor may export technical data,. defense articles, and provide defense services to the foreign nationals. designated herein, pursuant to International Traffic in Arms. Regulations (IT AR) exemption I 26.6c Foreign Military Sales. Exemption. The transfer of defense articles,. technical data or defense services takes place only during the validity period of the Letter of Offer and Acceptance (LOA) and implementing United States Government FMS contracts. and subcontracts are in effect and serve as authorization. The origin recipient for tasks performed under this. CLIN is Japan (Ministry of Defense and its Contractors). Only costs unique to FMS Case. JA-P-LUX may be charged to the CLIN .. Costs that benefit other customers may not be charged to this. CLIN.

7.

N00024-07 -C-61 19

CLIN0006 The Contractor shall furnish data for CLINs 0005,. 0007, 0009, 0014,. 0021, and 0022 .. Unless otherwise. specified, the Contractor shall schedule the dates of first submission and subsequent revisions of the data in the Integrated Master Schedule. (IMS) and the. Top Level Program Schedule. The. Contractor shall maintain the. data current with design modifications and changes in program requirements. As specified herein, agreed upon data shall be delivered to the Government's Aegis Ballistic Missile. Defense database. or to other databases as. specified in the Contract Data Requirements List, DD Form 1423, Exhibit A. Revisions to the data shall be submitted electronically and available real-time. through a mutually agreed upon method. The data to be. furnished hereunder shall be prepared in accordance with the Contract Data Requirements List. DD Form 1423, Exhibit A, attached hereto.

CLIN0007 The Contractor shall fabricate, test and deliver nine (9) SM-3. Block IA Missile Rounds in accordance. with Attachment 3 and other applicable requirements of this contract. One. round will be identified and configured for use as. a flight test round for a live fire event. The. Contractor shall use the. Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities as described in Attachment 6 and Section B.. The FMS Case is JA-P-LVK and the LOA period of petformance is July 2006 through February 2010. Only costs unique to. FMS case. JA-P-LVK may be charged to this CLIN. Costs that benefit other customers may not be charged to this CLIN. Missiles will be shipped in place at the Contractor's. All Up Round Facility Camden and accepted by DD Fmm 250. The Government will then ship the missiles. to a U.S. Naval Facility in Pearl Harbor and store. them at a U.S. Naval Facility in Pearl Harbor until such time that they are loaded onto the Japan Maritime Self-Defense Forces (JMSDF) Ship MYOKO (DDG 175) at Pearl Harbor.

The Contractor may export technical data, defense articles, and provide defense services to the foreign nationals designated herein, pursuant to International Traffic in Arms Regulations (ITAR) exemption 126.6c Foreign Military Sales. Exemption. The transfer of defense articles, technical data or defense services takes place only during the validity period of the Letter of Offer and Acceptance (LOA) and implementing United. States Government FMS. contracts and subcontracts are in effect and serve as. authorization. The. origin recipient for tasks performed under this CLIN is Japan (Ministry of Defense and its. Contractors). Only costs unique to FMS Case JA-P-LVK may be charged to the CLIN. Costs. that benefit other customers. may not be charged to this. CLIN.

CLIN 0008. -Reserved

CLIN0009 The Contractor shall fabricate, test and deliver nine (9) SM-3 Block IA Missile Rounds in accordance with Attachment 3 and other applicable requirements of this. contract. One

8

N00024-07 -C-61 19

round will be identified and configured for use as. a flight test round for a live fire event.. The Contractor shall use the Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities as described in Attachment 6 and Section B. Missile petformance shall meet requirements of the Missile Performance Specification of SM-3 WS33744. The FMS Case. is JA-P-LWA and the. LOA period of performance is. July 2006 through February 2010. Only costs unique to FMS case JA-P­LW A may be charged to this CLIN. Costs. that benefit other customers. may not be charged to this. CLIN. Missiles. will be shipped in place at the Contractor's All Up Round Facility Camden and accepted by DD Form 250. The Government will then ship the. missiles to a U.S. Naval Facility in Pearl Harbor and store. them at a U.S. Naval Facility in Pearl Harbor until such time that they are loaded onto the. Japan Maritime Self-Defense Forces (JMSDF) Ship MYOKO (DDG 175) at Pearl Harbor.

The Contractor may export technical data, defense articles, and provide defense services to the foreign nationals designated herein, pursuant to International Traffic in Arms Regulations (ITAR) exemption 126.6c Foreign Military Sales Exemption. The. transfer of defense articles, technical data or defense services takes place only during the validity period of the Letter of Offer and Acceptance (LOA) and implementing United States Government FMS contracts. and subcontracts are in effect and serve as authorization. The origin recipient for tasks performed under this CLIN is Japan (Ministry of Defense and its Contractors). Only costs unique to FMS. Case. JA-P-LWA may be charged to the CLIN. Costs that benefit other customers may not be charged to this CLIN.

Option CLIN 0011,. if exercised. The Contractor shall provide support for the manufacturing of the Block lA missile. This. support shall include procurement of components. for the purpose of mitigating and replacing obsolete missile subsystems. The Contractor shall continue updating the. obsolete parts. list for Block lA missile and make. lifetime buys, as required.

CLIN 0013. The. Contractor shall procure, assemble, inspect, test and deliver replaceable manufacturing components, in the quantities specified in the Spares Manufacturing Components Material List- Attachment 20, SM-3. Repair Parts. that meet the. performance requirement of the appropriate SM-3 Prime. Item Development Specification G670390 . . The Contractor shall ensure that all missile spares having the same part number shall be. physically and functionally interchangeable without the need for modification of such items or of the initial procurement. The Contractor shall prepare. and deliver As Built Configuration Data for each end item .. These spares. shall be shipped in place. FOB, Camden, AR or FOB, Tucson, AZ and accepted by DD Form 250.

CLIN0014 The Contractor shall procure,. assemble, inspect, test and deliver replaceable manufacturing components, in the quantities specified in the Spares. Manufacturing

9

N00024-07 -C-6119

Components Material List - Attachment 20, SM-3. Repair Parts that meet the performance requirement of the appropriate. SM-3 Prime Item Development Specification G670390. The Contractor shall ensure that all missile. spares having the same. part number shall be physically and functionally interchangeable without the need for modification of such items or of the initial procurement. The FMS. Case is JA-P-FQV and the Letter of Offer and Acceptance (LOA) period of performance is May 12, 2010 through September 30, 2014. Only costs. unique to FMS case. JA-P-FQV may be. charged to this CLIN. Costs that benefit other customers may not be charged to this CLIN. The spares. shall be shipped in place at FOB, Camden, AR or FOB,. Tucson,. AZ and accepted by DD Form 250 ..

The Contractor may export technical data, defense articles, and provide defense services to the foreign nationals designed herein, pursuant to International Traffic in Arms Regulations (IT AR) exemption 126.6c. Foreign Military Sales Exemption. The transfer of defense articles, technical data or defense series takes place only during the validity period of the Letter of Offer and Acceptance (LOA) and implementing United States. Government FMS contracts and subcontracts are in effect and serve as authorization. The origin recipient for tasks performed under this CLIN is Japan (Ministry of Defense and its Contractors). Only costs. unique to FMS. Case. JA-P-FQV may be charged to the CLIN .. Costs that benefit other customers may not be. charged to this CLIN.

CLIN0016. The Contractor shall fabricate, test and deliver twenty (20) SM-3 Block IB Flight Test Rounds in accordance with Attachment 3 and other applicable requirements of this contract. The Contract shall use the Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities as described in Section B and Attachment 6. Material initiated under CLIN 0004 and other GFE/M will be transitioned to CLIN 0016.. The. Flight Test Rounds (FTR) shall be. shipped in place at FOB,. Redstone Arsenal Huntsville, AL or FOB,. Camden, AR and accepted by DD Form 250. For shipments that may be shipped from either location (Camden, AR or Redstone Arsenal, AL), the Contractor shall notify the ACO seven (7) days in advance with delivery location and appropriate DoDAAC code will be utilized.

CLIN 0017 The Contractor shall provide labor and material in support of the efforts delineated in CLIN0016 ..

CLIN0018 The Contractor shall fabricate, test and deliver one (1) SM-3 Block lA All-Up-Round in accordance with Attachment 3 and other applicable requirements of this contract.. The Contractor shall use the Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities as described in Section B and Attachment 6.

10

N00024-07 -C-6119

CLIN0019 The Contractor shall fabricate, test and deliver twenty-two (22) SM-3 Block lA All-Up­Rounds (AURs) in accordance with Attachment 3 and other applicable. requirements of this contract. The Contractor shall fabricate and deliver four (4) Mk72 Inert Boosters with Thrust Vector Actuators (TV A) in accordance with Attachment 3 and other applicable requirements of this. contract. The Contractor shall use the. Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities as. described in Section Band Attachment 6. The AURs shall be shipped in place at FOB, Redstone Arsenal Huntsville, AL or FOB,. Camden, AR and accepted by DD Form 250. For shipments that may be shipped from either location (Camden, AR or Redstone. Arsenal, AL), the Contractor shall notify the ACO seven (7) days in advance with delivery location and appropriate DoDAAC code. will be. utilized.

CLIN0020 The Contractor shall support SM-3 Aegis BMD production programs by providing support for the design and manufacture of Block lA Missiles,. as required, which include. but not limited to obsolescence monitoring and mitigation support. The scope of Engineering Services provides engineering design support, analysis and trade studies in support of SM-3 Block lA manufacture.

CLIN 0021 The Contractor shall procure, assemble, inspect, test and deliver replaceable manufacturing components, in the quantities specified in the Spares Manufacturing Components Material List - Attachment 20, SM-3. Repair Parts. that meet the performance requirement of the appropriate SM-3 Prime Item Development Specification G670390. The. Contractor shall ensure. that all missile spares having the same part number shall be physically and functionally interchangeable without the need for modification of such items or of the initial procurement. The FMS Case is JA-P-FON and the. LOA period performance is July 15, 2010 through December 31,. 2013 . . Only costs. unique to. FMS case JA-P-FON may be charged to this. CLIN .. Costs that benefit other customers. may not be. charged to this. CLIN. The. spares. shall be. shipped in place. at FOB, Camden, AR or FOB,. Tucson, AZ and accepted by DDForm 250 . .

The Contractor may export technical data, defense articles, and provide defense services to the foreign nationals designed herein, pursuant to International Traffic in Arms. Regulations (ITAR) exemption 126.6c Foreign Military Sales Exemption .. The transfer of defense articles, technical data or defense series takes place only during the validity period of the Letter of Offer and Acceptance (LOA) and implementing United States. Government FMS contracts and subcontracts. are in effect and serve as authorization .. The origin recipient for tasks performed under this CLIN is Japan (Ministry of Defense and its. Contractors) . . Only costs unique. to FMS. Case. JA-P-FON may be charged to the CLIN .. Costs. that benefit other customers may not be. charged to this CLIN.

11

N00024-07 -C-6119

The Contractor will mechanically assemble all spares listed on Attachment 20, except for one. KW, into a non-tactical round and place in a GFP canister to stage. for shipment.. Additional hardware to mate. the missile sections,. which will allow the canister to be shipped, will be procured as follows: dorsal fins (2), e-bolts ( 4), strakes (3) and mise fastener hardware. There are no transportation requirements.

CLIN 0022. The contractor shall deliver a SM-3 Block IA Inert Operating Missile (IOM) in accordance with Spares Manufacturing Components Material Lists. - Attachment 20, and other applicable requirements of this contract. The contractor shall evaluate the hardware in its various sections, inspect all material, repair minor discrepancies and re-assemble the sections into the IOM. The contractor shall evaluate the current software contained in the unit and provide updates. The contractor shall test to assure compliance to. specifications. The contractor shall package and prepare the IOM for shipment including packing the missile in the canister. The. contractor shall provide. documentation of the as. built IOM .. The IOM. shall be shipped in place FOB. Camden,. AR or FOB. Tucson, AZ and accepted by DD F01m 250.

The Contractor may export technical data, defense articles, and provide defense services to the. foreign nationals designed herein, pursuant to International Traffic in Arms Regulations (IT AR) exemption 126.6c Foreign Military Sales. Exemption. The transfer of defense articles, technical data or defense series takes place only during the validity period of the. Letter of Offer and Acceptance. (LOA) and implementing United States. Government FMS. contracts. and subcontracts. are. in effect and serve as. authorization .. The origin recipient for tasks performed under this CLIN is Japan (Ministry of Defense and its Contractors). Only costs unique to the IOM Cases are JA-P-FPP and JA-P-CA W may be charged to the CLIN. Costs that benefit other customers may not be charged to this CLIN.

CLIN0023 The Contractor shall provide engineering support to restart andre-qualify the SM-3. Block IA All-Up-Round manufacturing capabilities including the supply base, as applicable, and in accordance with Attachment 7, SM-3 Additional Block IA Restart & Requalification Plan, and other applicable requirements of this contract...

CLIN0024 The Contractor shall fabricate, test and deliver fourteen (14) SM-3. Block IB All-Up­Rounds in accordance with Attachment 3 and other applicable requirements. of this contract. The Contractor shall use the Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities as described in Section B. and Attachment 6. The AURs shall be shipped in place at FOB, Redstone Arsenal Huntsville, AL or FOB, Camden, AR and accepted by DD Form 250. For shipments that may be shipped from either location (Camden, AR or Redstone Arsenal,. AL), the Contractor

12

N00024-07 -C-6119

shall notify the ACO seven (7) days in advance with delivery location and appropriate DoDAAC code. will be utilized ...

CLIN0025 The Contractor shall fabricate, test and deliver fourteen (14) SM-3 Block IA All-Up­Rounds in accordance with the SOW and. other applicable requirements of this. contract.. The. Contractor shall use the Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities as described in Section B and Attachment 6. The. AURs. shall be shipped in place. at FOB,. Redstone. Arsenal Huntsville,. AL FOB, Camden,. AR and accepted by DD Form 250 .. For shipments that may be shipped from either location (Camden, AR or Redstone Arsenal,. AL), the Contractor shall notify the ACO seven (7) days in advance with delivery location and appropriate DoDAAC code. will be utilized ..

Option CLIN 0026,. If exercised The Contractor shall fabricate, test and deliver four (4) SM-3 Block IB Flight Test Rounds in accordance with Attachment 3 and other applicable requirements of this contract. The. Contract shall use the. Government Furnished Equipment/Material (GFE/M) specified in Attachment 9 and deliver quantities as described in Section B and Attachment 6. The. Flight Test Rounds. (FTR) shall be shipped in place at FOB, Redstone. Arsenal Huntsville,. AL or FOB, Camden,. AR and accepted by DD Form 250. For shipments. that may be. shipped from either location (Camden, AR or Redstone. Arsenal, AL), the Contractor shall notify the. ACO seven (7) days. in advance with delivery location and appropriate DoDAAC code will be utilized.

III.. BACKGROUND & ASSUMPTIONS The SM-3 BLK lA missile design builds on the. Aegis Lightweight Exo-Atmospheric Projectile (LEAP) Interceptor (ALI) technology of SM-3. BLK 0 and BLK L The. SM-3. BLK IB missile design builds on the SM-3 BLK IA missile. design.

IV. APPLICABLE DOCUMENTS The. following documents. shall be. utilized:

MTt 11 ary St d dIS "fi f an ar s 1peCI ICa IOnS an dOth D er t f ocumen a •on Document Document Title Date Number (See Note)

MDA Documents MDADirective Ballistic. Missile Defense System Test Policy 15 Jan 2009 3002.03 MDA Directive Ballistic Missile Defense System Test Concept 8 Apr2009 3002.03-M of Operations MDA Directive MDA Directive 4250.02- MDA Cost 26Aug 2006

1 3

N00024-07 -C-6119

4250.02 Estimates. MDA Directive Security Policy 27 July2006 5200.01. MDA Directive Anti-Tamper Policy 18. Jul 2006 5200.05 MDA InstructionS- Low Observable (LO) and Counter Low 26 May 2005 5230.28 Observable (CLO) Programs MDA-QS-00 1-MAP MDA Assurance Provisions Revision A *Current

Version

MDA-QS-003- MDA Parts Materials and Processes Mission *Current PMAP Assurance Plan Version

MDA Plan 8500.02- . MDA Inf01mation Assurance Program Plan 3 Oct 2007 p

DoDI S-5230.28 Low Observable (LO) and Counter Low 26 May 2005 Observable (CLO)

2008-2 BMDS Adversary Data Package for BMDS Integrated 12 Jun 2008 Build D

2008-2.1 BMDS Adversary Data Package for BMDS Integrated 12 Jun 2008 Build D Addendum 1, European Capability Revision A

MDA/AB, AB-08- Configuration Management Plan for The Aegis 14 May 2008 Aegis BMD Program BMD.CMP.001 Rev B. SM-3 MAIP Standard Missile-3 (SM-3) Mission Assurance. *Current AB.06.SM- Implementation Plan (MAIP) Version 3.MAIP.REV

Aegis Ballistic Missile Defense Risk 20 Jun 2008 Management Plan Rev 4.0

Integrated System Safety Management Plan for Aug 2005 The. Aegis Ballistic Missile. Defense Program

Ballistic Missile. Defense System Integrated 27July 2009 Test Plan (IMTP) version 10.02.

MDAPM.33. MDA Modeling & Simulation (M&S) Strategic 21 Feb 2006 Plan

MDAPM50 Purchasing Electronic. Parts 29. June 2009

1 4

N00024-07 -C-61 19

MIL-STD-129P(4) Military Marking for Shipment and Storage 29 Oct 2004

MIL-STD-1 30N Identification Marking of U.S. Military 2Dec2005 Property

MIL-HDBK-454B General Guidelines for Electronic. Equipment . 15. Apr 2007 MIL-STD-882D System Safety . 10 Feb 2000 MIL-STD-12850 Marking of Electrical and Electronic Parts. 7 Sep 2004 MIL-STD-1686C Electrostatic Discharge Control Program for 25 Oct 1995

Protection of Electrical and Electronic. Parts, Assemblies and Equipment (Excluding Electrically Initiated Explosive Devices)

MIL-STD-31000 DoD Standard Practice Technical Data 5 Nov 2009 Packages

ISO Q900 1-2000 Quality Systems- Model for Quality 13.Dec 2000 Assurance in Design, Development, Production, Installation and Servicing

ANSI/EIA 748 Earned Value Management Systems

ASTM D 3951-98 Standard Practice for Commercial Packaging 13 Dec 1998 DoD 5000.1-M Standard for Security & Operations. at

Acquisition Facilities

DoD 5000.4-M-1 Cost and Software Data Reporting (CSDR) 18 Apr 2007 Manual

DoD 5000.4-M-2 Interim Software Resources. Data Report 20 Feb 2004 Manual

DoDI 5000.2 Operation of the. Defense Acquisition System 8.Dec 2008 DoD 5200.1-M Acquisition Systems Protection Program Mar 1994 DoDI 5200.39 Critical Program Information (CPI) Protection 16 Jul 2008 DoDD 5220.22-M National Industrial Security Program Operating 28.Feb 2006

Manual dated . 28 Feb 2006 and Supplement 1 dated 29 Dec 1994

DoDD 8500.01E Information Assurance (IA) 23.Apr2007 DoDD 8570.01 IA Training, Certification & Workforce 23 Apr2007

Management DoDI 8500.02 IA Implementation 6 Feb2003 DoDI 8580.01 lAin the Defense Acquisition System 9 Jul2004 2240155. Guided Missile Assembly (GMA) Mechanical

Interface Control Document (MICD)

IEEE/EIA 12207 Information Technology - Software Life Cycle 27 May 1998.

15

N00024-07 -C-6119

Processes MD 56145. Test Equipment Secondary Change Control 14 Jul1995

Board Configuration Management Plan MD56303 Test Requirements Document for Encanistered 18 May 1993.

SM-2 BLOCK IV and VLS. Canister MK 21 MODO .

MD 56658A Naval Weapons Station and Contractor Support Facility Tracking and Handling Procedures for STANDARD Missile I OMs,. ITMs,. and Special Project Hardware

MD 57104A,. STANDARD Missi le. Program Quality and 26 Jun2000 Change 1 Reliability Program Provisions. for SM-2

MD 57579, Rev E SM-3 AUR Processing Requirements. Feb 2013.

NA VSEA S0300-BU-GYD-010 Government Industry Data Exchange Program Nov 1994

(GIDEP) Requirements Guide

NA VSEA SW020- Transportation and Storage Data for 15 Sep 1992

AC-SAF- Ammunition, Explosives and Related 010/020/030 Hazardous. Materials.

NAVSEAINST Industrial Engineering for Surface Missile. and 16 Sep 1986 5400.52A Propulsion Processing Documentation

NAVSEAINST Explosives Hazard Classification Procedures. 5 Jan 1998 8020.8B NAVSEAINST Ammunition and Explosives Personnel 21 May 2001 8020.9B Qualification and Certification Program Army AR 55-355 Defense Traffic Management Regulation, 1 Feb 1990 Vol3 Transportation Facility Guide,. Navy, The

Marine Corps, and The Coast Guard OD 31460, Rev 18 STANDARD Missile. Major Parts. 28 May 2003.

interchangeability Data dated

DOD Contractor's Safety Manual for March2008 DOD 4145.26-M. Ammunition and Explosives OR-68. Ordnance. Requirement, Packing STANDARD

Missile in Shipping and Storage Container

1 6

N00024-07 -C-6119

OR-99B Intermediate. and Supp01t Maintenance of 5. Oct 1972. Weapons Packaging, Handling, Storage and Transportation Equipment

ST-890-Dl-MMI- Intermediate. Maintenance Activity System 19 Jul 1995 010 Operation and Maintenance. Manual with

illustrated Parts Breakdown for Combined Missile Test Set, MK 680 MOD 1

SW820-AF-CMP- Description, Maintenance,. and Repair Parts 050 Breakdown Surface Vertical Launch System

Support Equipment

INST -SM3-008 Raytheon Missile Systems SM-3 Critical 4 Apr 2006 Handling Process

WS33744 Aegis BMD S004 SM-3. Top Level 23. Mar. 2005. Requirements

WS35176, REV D Block IB Top Level Requirements 23. Aptil 2010

AS91 00 Revision A Quality Systems-Aerospace-Model for Quality August 2001 Assurance in Design, Development, Production, Installation, and Servicing

*As document is updated to reflect modifications in requirement, program can adjust accordingly to maintain compliance levels and keep program tisks. at a minimal.

1.0 SM -3 Missiles The Contractor shall provide management,. matetial,. and services to procure and deliver, via DD-250, BLK IA or BLK IB SM-3 Guided Missile Rounds (GMRs), as. stated herein .. The GMRs. will be. delivered as either tactical or flight test configured rounds, as. specified in Section C. Per Section C, each CLIN identified as Foreign Military Sales (FMS) includes (one) 1 Flight Test Configured GMR.

In addition to the above planned flight test round, the Contractor shall configure. a total of two (2) CLIN 0001 Block IA rounds. into flight test round configuration and twelve (12) FfRs and six (6) tactical CLIN 0004 BLK IA rounds. into. flight test round configuration. All additional CLIN 0004 BLK IA rounds will be delivered as. tactical configured rounds .. All CLIN 0016 and option CLIN 0017, if exercised rounds will be. configured as flight test rounds.. Flight test rounds configurations will use Flight Test Kit material provided Government Furnished Equipment (GFE) from Contract N00024-03-C-6111 , as appropriate. The total number of rounds. in each CLIN will not change.

17

N00024-07 -C-6119

1.1 Hardware. The. Contractor shall provide or procure the materials, as required by BLK IA and BLK IB Production Planning; provide manufacturing engineering suppmt (including facilities , tools/tooling, fabrication and manufactming equipment) and test engineering; and provide touch labor; to assemble, test and deliver sufficient hardware elements defined under the SMJ BLK IA or BLK IB Production Plan to meet the required quantity of GMRs,. as described in the following lower tier paragraphs.

The. Contractor shall apply available. tools such as statistical process control (SPC) to generate and analyze metrics, which focus on key technical processes, supportability parameters (such as test yields), and potential risk areas.. Metrics shall be. selected to monitor, maintain, and continuously improve performance, quality, reliability, testability, producibility, cost and schedule. The Contractor shall validate modified manufacturing processes. including acceptance. testing. The Contractor shall archive all test results and supporting data. The requirements of the manufacturing programs shall be. flowed down to. critical subcontractors, key item suppliers and manufacturers of critical components,. as identified by the. Contractor. This effort is inherent in the. major lower tier in-house WBS. hardware elements.

1.1.1 Hardware. Engineering. Not Used ..

1.1.2. First Stage The. main element of the First Stage of the SM-3. BLK IA. and BLK IB Missile is the MK72 Booster which includes a Thrust Vector Assembly. The. Contractor shall procure sufficient MK72 Boosters to deliver the required quantity of GMRs. The Contractor shall also procure sufficient Periodic Conformance Inspection (PCI) boosters and conduct PCI tests as required by the MK72 Booster Specification. In addition, the Contractor shall procure MK-72 Boosters. to replace the GFE Boosters as specified in Attachment 5.

1.1.3 Second Stage The main elements. of the Second Stage of the SM-3 BLK IA and BLK lB. Missile. are. the Steering. Control Section (SCS), the Dual Thrust Rocket Motor (DTRM), and the Staging Assembly (SA).

1.1.3.1 Steering Control Section The Contractor shall provide or procure sufficient Steering Control Sections. to deliver the. required quantity of GMRs as specified in Section C.

1.1.3.2 Dual Thrust Rocket Motor The. Contractor shall provide or procure sufficient MK104 DTRM to deliver the required quantity of GMRs as specified. in Section C.

1 8.

N00024-07 -C-61 19

1.1.3.3 Staging Assembly The Contractor shall provide or procure sufficient Staging Assemblies to deliver the required quantity of GMRs. as specified in Section C.

1.1.4 Third Stage The. main elements. of the Third Stage of the. SM-3 BLK lA or BLK IB. Missile are the Guidance. Section and Third Stage Rocket Motor (TSRM) . .

1.1.4.1 Guidance Section The Contractor shall provide or procure sufficient Guidance Sections to deliver the required quantity of GMRs. as specified in Section C.

1.1.4.2 Third Stage Rocket Motor The. Contractor shall provide or procure. sufficient TSRMs. to. deliver the. required quantity of GMRs as specified in Section C. The Contractor shall also procure, test, and deliver TSRM Manufacturing Surveillance Units to be. used for surveillance. testing at Contractor provided facility to assess if rocket motor performance. meets. the requirements in the Prime Item Development Specification/Critical Item Development Specification (PIDS/CIDS).

1.1.5 Fourth Stage The main element of the Fourth Stage of the SM-3 BLK IA or BLK IB Missile is the KW (BLK lA} or KW (BLK IB), respectively ..

1.1.5.1 KW (BLK lA) The main subassemblies. of the. KW BLK lA are the KW Kit, Other KW Hardware,. and Solid Divert Attitude Control System (SDACS). The. Contractor shall provide or procure sufficient KW (BLK IA) subassemblies to support the. required number of BLK IA GMRs. as specified in Section C. The Contractor shall also procure,. test, and deliver SDACS. Manufacturing Surveillance Units. to be used for surveillance testing at Contractor provided facility to assess that performance meets the requirements in the PIDS/CIDS.

1.1.5.2 KW (BLK IB) The. main subassemblies. of the KW. BLK IB are the. KW Kit,. Other KW Hardware,. and Tbrottleable Divert Attitude Control System (TDACS). The Contractor shall provide or procure sufficient KW (BLK IB) subassemblies. to support the required number of BLK IB GMRs. as. specified in Section C. The Contractor shall also procure, test, and deliver TDACS Manufacturing Surveillance. Units. to be. used for surveillance. testing at Contractor provided facility to assess that performance meets. the. requirements in the. PIDS/CIDS.

19

N00024-07 -C-61 19

1.1.6. Nosecone. The Contractor shall provide or procure sufficient Nosecones. for the BLK lA or BLK lB. to deliver the required quantity of GMRs as specified in Section C.

1.1.7 Guided Missile Assembly Kit The. Contractor shall provide or procure sufficient BLK IA or BLK ill Guided Missile. Assembly Kits to deliver the required quantity of GMRs. as specified in Section. C.

1.1.8 Guided Missile Round An SM-3 BLK IA Guided Missile Round consists. of the SM3 BLK IA Guided Missile. Assembly in a MK21 MOD2 canister. The SM3 BLK IB GMR consists of SM-3. BLK IB Guided Missile Assembly in. a MK21 MOD2 canister. The. Contractor shall assemble, integrate, and test the Guided Missile Assembly (GMA) Subassemblies into the GMA and shall assemble,. integrate, and test the SM-3 BLK IA GMA or SM-3 BLK IB GMA with the MK21. MOD2 canister (provided GFE). The. Contractor shall provide or procure the. required quantity of SM-3 Blk IA or Blk IB GMRs. For Final Assembly, the Contractor shall perform or provide the. following:

a. The Contractor shall provide a Missile Log (which consists of the Missile/Propulsion. Unit Log (M/PUL) as described by DI-ALSS-81548) with each GMR as it leaves the Production/Processing Facility. The Contractor shall. capture and retain test data and as-built verses as-designed configuration data for each GMR. . Data collection in Contractor's formatted database is acceptable. Electronic. data reporting will be provided in a mutually agreed upon format and frequency.

b. GMR Processing

l. General. The Contractor will be responsible for the assembly, test, and inspection of GMR (missile in a MK 21 MOD 2 VLS canister). Final acceptance by the government will be made via the. DD250 form.

2. Applicable Documents. The. Contractor will be responsible for the assembly, test, and inspection procedures for the. GMR.. The Contractor shall operate. to MD 57579, SM-3 All-Up-Round (AUR) Processing and Recertification. Requirements.

3. Test Equipment (TE) . . The Vertical Launching System (VLS) Integrity and Canister Functional Test shall be performed using a Combined Missile Test Set (CMTS), MK 680 MOD 2 or Modular Ordnance Test Set (MOTS). In. the. event the CMTS is inoperative, the MK 674. MOD 1 Umbilical Breakout Box (UBOB), MK 21. Continuity Test Plugs, and an Igniter Circuit Tester shall be. used to verify missile-to-canister integrity. In this situation, all test data shall be recorded and retained on site at the Contractor AURF for inclusion in the

20

N00024-07 -C-6119

Accept Test data set.. The Contractor shall maintain the. capability to perform special missile-to-canister continuity tests as well as verify continuity of the VLS Canister wiring harness. and various canister functions for troubleshooting purposes.

1.1.9 Hardware Analysis. Not Used

1.1.10 Propulsion Technical Team. Not Used

1.2 Software. Not Used

1.3 Integration, Test and Analysis. Not Used.

1.3.1 IT &A System Engineering. Not Used

1.3.2 Pacific Missile Range Facility (PMRF) Field Operations. Not Used.

1.3.3 Data Analysis. Not Used.

1.3.4 Test Equipment Maintenance and Support

a. The Contractor shall maintain a SM-3 TE Logistics Support Requirements Document to define the requirements for life-cycle support of all SM-3 TE The document addresses. requirements and plans. for operation and maintenance of the TE, alignment/calibration, initial and replenishment spares provisioning, technical documentation, technical training, environmental, power and space, data collection and configuration management, and self-certification.

b. The Contractor shall continue the use of the tooling and test equipment program in accordance with TECP-lOOA tailored procedures.

c. Government Owned Test Equipment. The. Contractor shall provide maintenance and repair of Government-Owned TE used to produce the. product.

1.3.5 Special Test Equipment (STE). Not used.

1.3.6 Design Verification Tests (DVTs). Not used.

1.3.7 Flight Test Rounds Kits. Not used

1.4 . Systems Engineering, Production Engineering and Operations Support

21

N00024-07 -C-6119

1.4.1 System Engineering (SE), Configuration Management (CM), Data Management (DM) a. TeamLead The Contractor shall use disciplined system engineering design practices during the design and development of the SM-3. BLK IB round and sub-assemblies. The Contractor shall provide Team Lead activities of the. SE Team and lead activity of the SM-3 CM and DM Team. This shall include cost account management preparation, maintenance and reporting as well as technical leadership, when required, of system engineering for reliability and system safety, as well as. leadership. of data management, configuration management and support activities . . The Contractor shall use EMRL criteria and metrics as the standard maturity measurement of product hardware and software per H-28. The Contractor shall provide management oversight support of subcontractor configuration and data, as required. (AOOl, A002, A007)

b. Configuration Management/Data Management The. Contractor shall implement a Configuration Management Program . . The. Contractor shall update the SM-3 CM Operating Plan in accordance with the SM-3 MAIP and in support of the. Aegis BMD CM Plan. The. Contractor shall maintain a historical archive of all configurations, production test data,. qualification data, lot acceptance and data used for statistical process control. Missile as-built configuration and change control data indentured from section to piece part level shall also be included, as. will Test Equipment (TE) prove-in archives and TE pre­and. post-alignment/calibration baseline data .. The Contractor shall not dispose of data without notifying the PCO in writing ninety (90) days prior to disposal. (AOOl, A002)

c. The Contractor shall maintain the documentation and data items identified in the execution of this contract and shall provide notification of change to the government for review .. The Contractor shall maintain an Engineering Notebook (ENB) as. part of the Raytheon Product Data Management (PDM) centralized system for storing program documentation. The. documentation, including titles of proprietary and classified data, shall be made available to the government. (AOOl , A002)

1.4.2 System Design Requirements. Not Used.

1.4.3 Design Coordination. Not Used

1.4.4 Specialty Engineering.

1.4.4.1 Explosive Mishap Prevention

22

N00024-07 -C-6119

The Contractor shall comply with the requirements of, DOD 4145.26-M DOD Contractors Safety Manual for Ammunition and Explosives for the safety requirements contained within the contract,. and any other safety requirements contained within the contract.. The Contractor shall develop and implement a demonstrable safety program, including operational procedures, intended to prevent A&E-related mishaps. (A007)

The Contractor shall designate qualified individuals to administer and implement this safety program. The Contractor shall provide information to the administrative contracting officer (ACO) pertaining to subcontractors retained for A&E work. The Contractor shall conduct mishap investigations in accordance with, but not limited to, provisions of DoD 4145.26-M, dated March 2008 ...

1.4.5 Functional Design. Not Used

1.4.6. Simulation Tools. Not Used

1.4. 7 Integrated Logistics Support (ILS) a. ILS The Contractor shall establish, implement, and maintain a logistics program of all missile configurations and shall identify new or modified support resources required prior to deployment.. The Integrated Logistics Suppmt program shall include the development and maintenance of an Integrated Logistics Support Plan, demilitarization (Dernil) plans, Standard Missile. Major Parts Interchangeability and Service Life Data- MD 31460 and other logistics documentation. Raytheon All-Up­Round Facility shall be responsible to report all GMRs to Ordnance Information System (OIS) through standard inventory systems and in accordance with the. applicable CDRL. The Contractor shall coordinate new packaging, handling, storage and transportation (PHS&T) with the. Government. The Contractor shall maintain and store SM-3 data and infonnation in a Contractor's formatted database. The Contractor shall maintain, track,. and update logistics databases as necessary to reflect production changes.

b. Reliability The Contractor shall support the Failure Reporting, Analysis and Corrective Action System (FRACAS) process. and associated plan and database to conduct failure investigations and failure trend analyses. The Contractor shall maintain an Environmental Stress Screening (ESS) process and associated plan and shall be. flowed down to subcontractors and key item suppliers as applicable based on the item purchased. The Contractor shall collect manufacturing data for updating the Reliability Prediction.

c.. Systems Safety Program

23

N00024-07 -C-61 19

The. Contractor shall maintain a safety program in accordance with MIL-STD-882 and NAVSEA OP-5, Volume 1 - Safety Regulations for Handling, Storing, Production, Renovation and Shipping of Ammunition and Explosives (A&E) Ashore. and any other safety requirements contained within the contract. (A007) The SM-3 System Safety Program shall include the. development and maintenance of a System Safety Support Plan. The SM-3 System Safety Program shall be established in accordance with the SM-3 Integrated System Safety Program Plan (updated for Block IB with ENB SM3B-02.04.01-RR96846) and will ensure that safety is integrated throughout all phases. of the program. The. System Safety Program Plan shall include various analyses as. outlined in CDRLs. System safety engineers shall initiate reports, identify hazards, and recommend appropriate corrective actions eliminate or control the. hazard(s) .

d. Government Owned Containers. The Contractor shall maintain all empty Government owned containers in accordance with applicable. Intermediate and Suppmt Maintenance. of Weapons. Packaging, Handling,. Storage and Transportation Equipment - OR-99B. document. Container inventory must be maintained by the Contractor. Container dunnage, saddles, straps, etc. shall be stored within the container for re-use. Empty containers shall be. reported to Ordnance Information System (OIS) through standard inventory systems and in accordance with the applicable CDRL. Empty Containers shall be shipped per direction of the Navy Technical Representative.

e .. Usage/Maintenance/Test/Ce1tification of Government Furnished Packaging, Handling, Storage and Transpmtation (PHS&T) Equipment and Ordnance. Handling Equipment (OHE). The Contractor shall be responsible for conducting preventive and corrective maintenance on all OHE equipment used in support of this contract, including the weight testing of this. equipment in accordance. with NA VSEA SG 420-AP-MMA-010 ...

1. The. Contractor is responsible for maintenance and repair of OHE and canister PHS&T in accordance with the applicable OR-99.

2. Substitution or modification of OHE or canister PHS&T may be authorized by the Administrative Contracting Officer (ACO) upon technical approval from NSWC IHD DET EARLE Code. E412 ..

3. Naval Ammunition Logistics Codes (NALC). STANDARD Missile NALCs are defined in MD 31460. The Contractor shall utilize N ALCs as necessary in meeting the requirements of this contract.

24

N00024-07 -C-6119

1.4.8 Responsible Engineering Authority (Production) The Contractor shall provide Responsible Engineering Authority (REA) support to the manufacture of the BLK IA or BLK IB missiles. The Contractor shall provide technical assistance to solve problems that may arise during assembly, test and delivery of BLK lA or BLK IB missiles. and, ensure the transfer of knowledge, skills, processes to production personnel.

1.4.9 Production Control and Operations Support

1.4.9.1 Production Control The Contractor shall maintain a Manufacturing Bill of material (MBOM), and provide periodically to MD A/ AB-QS as requested. The contractor shall also generate purchase requisitions and provide material tracking necessary and sufficient to support the manufacture and delivery of the required BLK lA or BLK IB missiles . .

1.4.9.2. Operations Support The Contractor shall maintain work instructions, test instructions and shop floor controls necessary and sufficient to support the manufacture and delivery of the required BLK lA or BLK IB. missiles ..

1.4.10 JCR Systems Engineering. Not Used.

1.4.11 ETEDDS .. Not Used.

1.4.12. Foreign Military Sales (FMS). Not Used ..

1.4.13 Transition to Production. Not Used.

1.4.14. SM-3. AUR Manufacturing Sustaining Engineering

1.4.14.1 Sustaining Engineering The Contractor shall support SM-3 Aegis BMD production programs by providing support for the design and manufacture of Block IA missi les including the respective I OMs, as required. The Contractor shall be the Responsible Engineeling Authority (REA) for the Block IA design including configuration maintenance .. The Contractor shall provide planning, coordination, and oversight of hardware. and software activities. associated with support of the Aegis BMD SM-3 Block lA Missile. This support shall include cost account management preparation, maintenance, and reporting as well as technical leadership and support. The. Contractor shall provide technical subcontract management support,. as. required.

25

N00024-07 -C-6119

1.4.14.1.1 First Stage The. Contractor shall provide support for the design, manufacture and maintenance. of the MK 72 Rocket Motor (Booster) and Thrust Vector Assembly (TVA). The. contractor shall provide containers, as required.

1.4.14.1.2 Second. Stage The Contractor shall provide support for the design, manufacture and maintenance of the Mk 104 Dual Thrust Rocket Motor (DTRM) and Steering Control Section (SCS). The Contractor shall provide support for the design, manufacture and maintenance. of the. Staging Assembly (SA) design.

1.4.14.1.3 Third Stage The Contractor shall provide support for the design, manufacture and maintenance of the. Third Stage Rocket Motor (TSRM) and Guidance Section (GS).

1.4.14.1.4 Fourth Stage The Contractor shall provide support for the design, manufacture and maintenance of the Kinetic Warhead (KW), Guidance Unit (GU), Solid Divert Attitude Control System (SDACS), and Seeker Assembly.

1.4.14.1.5 Nosecone. The. Contractor shall provide support for the design, manufacture and maintenance of the Nosecone.

1.4.14.1.6 Guided Missile Round The Contractor shall provide support for Guided Missile Round integration and support Integration and Test Facility (ITF) and Camden,. AR/Redstone Arsenal,. AL operations. The Contractor shall provide support for the design, manufacture and maintenance of the Block IA Guided Missile. Rounds. The. Contractor shall provide hardware. analysis support for design and manufacture of Block IA Guided Missile Rounds.

1.4.14.1.7 Software The Contractor shall provide software design support for the Block IA production rounds.

1.4.14.1.8 Special Test Equipment The Contractor shall provide Special Test Equipment maintenance and support for Block IA production rounds ..

1.4.14.1.9 Systems Engineering

2 6

N00024-07 -C-6119

1.4.14.1.9.1 Configuration Management (CM) I Data Management (DM) The Contractor shall continue configuration control of the functional and allocated baseline for the SM-3 Block IA Missile.

1.4.14.1.9.2 Requirements The Contractor shall maintain the Block IA requirements baseline. The Contractor shall continue to maintain and update the Block IA requirements documentation, as. required.

1.4.14.1.9.3 Design Verification The Contractor shall perform System Design and Requirements. verification activities, as required, to. maintain and support the Block IA production rounds. This activity includes. Engineering Review Boards and completion of the. CM process.

1.4.14.1.9.4 System Safety The Contractor shall perform System Safety planning and management, as. required,. to maintain and support the Block IA production rounds including support to the Safety working groups.

1.4.14.1.10 Specialty Engineering. The Contractor shall continue to. perform Block lA System Reliability management and support.. The Contractor shall maintain a logistics program for current missile configurations. The Integrated Logistics Support program will include the. maintenance of an Integrated Logistics Support Plan, demilitarization (Dernil) plans, and other logistics documentation to include spares forecasting.

1.4.14.1.11 Functional Design

The Contractor shall provide support for algorithm performance analysis as required to support Block IA production rounds.. The Contractor shall perform simulation verification, validation, and accreditation (VV &A) of the 6DOF simulation,. as required. The Contractor shall provide performance analysis support for Block IA production rounds . .

1.4.14.2 Obsolescence The Contractor shall be responsible for managing obsolescence during the peliod of the contract to ensure compliance with the Contractor's best practices,. performance and contract requirements,. and the SM-3 Blk IB Parts. and Materials Obsolescence Management Plan, Raytheon Doc. 2291766,. Rev A, as applicable. The Contractor shall develop a plan for managing the loss, or impending loss, of manufacturers or suppliers of components, assemblies, and materials used in the. manufacturing process; and shall select parts and materials which meet or exceed prescribed quality and reliability requirements, facilitate producibility, and optimize the. material supportability of the. hardware through its life cycle. The Contractor shall periodically review all parts. and materials in the hardware designs to identify items with potential risk of obsolescence;

27

N00024-07 -C-61 19

obtain and review notifications of possible obsolescence; establish and track DMSMS cases; coordinate. the. resolution of cases. in a timely manner; and notify the procuring activity of problems which may impact cost or schedule. Changes considered necessary by the Contractor to ensure the. continued manufacture of the. Blk IA and Blk IB. hardware shall be made in accordance. with the configuration management requirements of this contract. The Contractor shall develop and maintain SMSMS data, and shall use that data to track and rep01t on the status of the program, and to aid in assessing parts, materials. and suppliers periodically to minimize the risk of obsolescence. The Contractor shall coordinate with the Government in defining a set of DMSMS. metrics, and shall report those metrics. periodically to the Government..

The Contractor shall develop, maintain, and execute an obsolescence management,. tracking and mitigation program for all components of the SM-3 missile,. based on the SM-3. Obsolescence Management Plan. This program shall include assessment and feasibility of Life of Type buys as well as design and qualification of components. for the. purpose of mitigating and replacing obsolete missile subsystems. and test equipment. The Contractor shall continue updating the obsolete parts list for all missile configurations in manufacturing and shall provide monthly metrics to the Government that include analysis of parts at risk of becoming obsolete,. and proposed mitigation approaches to include implementation set-back schedules, informal estimates of cost and assessment of manufacturing schedule. impacts. The Contractor shall document the scope of minimal re­designs and related qualification, if required. This will include recommendations for parts procurement required to replace obsolete parts. The contractor shall provide this. information to the Aegis BMD program office for concurrence. The contractor shall upgrade and maintain the SM-3 Block Ix configuration.

1.4.14.3. Minimum Inter-pulse Delay (IPD) Efforts The Contractor shall perform TSRM testing to determine the acceptable minimum Inter­pulse Delay (IPD) for risk assessment of deployed Blk IA rounds .. Five TSRM units shall be used in the petformance of minimum IPD testing. Testing will commence during March 2012 at the Air Force Research Lab at Edwards Air Force Base, CA. Success of the hot fire testing is defined as three. (3) consecutive firings, at ambient,. cold, and hot, using the same IPD time.

1.4.15 Government Furnished Equipment/Material (GFE/M} Repair. The Contractor shall provide the materials,. facility and services as. necessary to support the repair of GFE for the SM-3 Program to include GMRs,. sections, assemblies, sub­assemblies, and components as directed by the SM-3 Technical Representative. The Contractor shall repair and test GFE/M items as required to support program test and flight hardware. The Contractor shall modify as required, fabricate and checkout Special Test Equipment (STE) in sufficient quantity to support avionics suite, guidance section kinetic. warhead, third state, round level testing, and field level testing for the STE identified in Attachment 9.

28

N00024-07 -C-6119

1.4.15.1 Government Furnished Equipment/Material Monitoring The Contractor shall track and manage GFE/M. The Contractor shall provide an electronic. status report, in accordance with the. applicable CDRL, describing the. condition and usage status. of GFE/M received under this contract.. In the rep01t, the Contractor shall also document part numbers. and National Stock Numbers (NSNs), when avai lable,. and justify any requested changes in availability compared to the. GFE/M schedule in the contract.

1.4.16. System Architecture & Analysis. Not Used.

1.4.18. Flight Test Engineering Services .. Not Used ..

1.5 Program Management

1.5.1 Technical Direction The Contractor shall provide the program management and technical direction resources to execute the requirements of this Statement of Work.. This. task shall include providing support of periodic management reviews such as Program Management Reviews (PMR), Mini Tech Reviews, Business. Reviews, Integrated Baseline Reviews. (IBR), and Manufacturing Readiness. Reviews (MRR) as appropriate. The purpose of these meetings and reviews will be for the Government to monitor program progress and technical risk. The Contractor's support may include. hosting, conducting,. participating in, creating agenda for, creating presentations for, and. responding to action items. The. Contractor shall maintain a risk management process. The Contractor shall manage the. translation of operational needs and requirements into manufacturing and support processes. The Contractor shall maintain a risk management process that complies with the. Aegis BMD Risk Management Plan.

1.5.1.2 .. Government Technical Representative The Contractor shall make. provisions for a Government Technical Representative(s) to be. resident at each Contractor facility where program management functions reside. and missile hardware/software is produced. The Contractor shaH make available. suppmt services and office space for resident Government personnel, to include the following:

(a) Office space and furnishings to include desks, chairs and file cabinets, (b) Facility mail service with a code designated for the Government agent, (c) Utilities and separate telephone lines through a facility exchange, (d) Transportation of Government personnel in. restricted areas, (e) J ani to rial services, (f) Access to all development, test and integration laboratories.

1.5.1.3 Meetings and Reviews.

29

N00024-07 -C-6119

a. The. Contractor shall support the periodic management reviews. specified herein. The purpose of these reviews. will be for the. Government to monitor program progress and technical risk .. The Contractor's. support may include hosting, conducting, participating in, creating agenda for, preparing minutes for, and responding to action items. In Process Reviews (IPRs) - The Contractor shall conduct, at the Contractor's facility comprehensive Government chaired In Process. Reviews (IPRs) at approximately six (6) month intervals.

b. Integrated Product Team (IPT) and Working Group Meeting --: The Contractor shall participate in and support, at various. Government/Contractor facilities, IPT, and working group meetings.

c. Integrated Baseline Review (IBR)- The. Contractor shall host one (1) IBR for each CLIN within. approximately six months or CLIN award or option exercised. The. objective of the IBR is for the Government and the Contractor to jointly assess areas,. such as. the. Contractor's planning,. to ensure. complete coverage of the SOW, logical scheduling of the work activities, adequate. resourcing, and identification of inherent risks.

Additionally, the. Contractor shall provide information necessary to explain and describe to the. Government how the. CPR requirements are being implemented.

1.5.2. Business/ Administration/Scheduling The Contractor shall maintain the contract work breakdown structure, Attachment 15. The PM shall provide cost estimation, as authorized by the COR. The IMS shall be delivered in accordance with the applicable Contract Data Requirements List (CDRL). The Contractor shall support major sub-contract administration and program schedule. (A003, A004, A005, A006,. AOlO, AOll,. A012, BOOl , B002,. B003,. B004, BOOS, B006, B007, B008)

a.. Cost Management. The Contractor shall implement, maintain, and submit a Cost Pelformance Repmt (CPR).

a.. Cost Performance Repmt (DI-MGMT-81466A)

The Contractor shall: 1. Establish, implement, maintain and submit a Cost Pelformance Report (CPR) with conforms to the criteria established by DoD 5000.2-R, Section 6.4 and Appendix VI. . The Contractor shall submit CPRs in accordance with the. applicable Contract Data Requirements List (CDRL). If the Contractor elects to change procedures during contract performance which will affect CPR data or reporting, then the Contractor shall submit notification and description of such change, with an explanation of the

30

N00024-07 -C-6119

reasons. to the ACO,. prior to submission of any contractually required reports. that contain information derived from the. modified procedures.. In addition,. the. Contractor shall pass. down to. the. subcontractor(s) the CPR requirement when the subcontractor(s) estimated value is at least $70 million. The Contractor shall limit the organizational categories under Format 2 to the prime Contractor and its prime subcontractor(s).

2. Report cost at the lowest CWBS level necessary to reach manageable units. of functional tasks. and utilize. the. CPR reporting. levels. listed in Attachment 14. The. Contractor shall identify in the CWBS the. major elements of work that are to be. subcontracted.

3. Provide the following threshold requirements and variance analysis in Format 5:

(a) Provide a summary analysis that identifies significant problems affecting the entire program and indicates corrective action, including Government action if necessary.

(b) The Contractor shall identify the problem, its causes and task and/or program impact(s), and the corrective action planned or need or undertaken to resolve. or mitigate the. problem.. Schedule. variance. analysis should address any critical path impacts. If explanations. of cumulative. variance are. unchanged from month to month, they should not be repeated each month. The Contractor shall explain all reporting level variations that exceed the below listed thresholds.

DESCRIPTION CURRENT MONTH CUMULATIVE Cost Variance (CV) Five largest Five. largest to date

>+1- $50,000 >+1-. $500,000 Schedule Variance. (SV) Five largest Five largest to date

>+1- $50,000 >+1-. $500,000

(c). Any change. in the. Variance. at Completion (V AC) at the. reporting level of more than 5% and. $100,000 from the. previous. reporting level period shall be. explained in Format 5.

(d) Any CWBS Level I direct or indirect cost vmiances will be analyzed in Format 5 to isolate. that portion of the variances attributable to rates from that portion caused by base changes or usage variations .

. ... b .. Contractor Cost Data Reporting (CCDR) (Dl-FNCL-81565A, DI-FNCL-81566A)

31

N00024-07 -C-61 19

1. The Contractor shall establish, maintain and use in the performance of this contract a Contractor Cost Data Reporting (CCDR) System in accordance with DoD 5000.4-M-l and the applicable CDRL. Prior to acceptance by the. Contracting Officer and within ninety (90) calendar days after contract award, the. Contractor shall be prepared to demonstrate. the operation of its system to the. Government. . The. Contractor agrees to provide access to all pertinent records, data and plans as requested by representatives of the Government for the conduct of the review. Contractor Cost Data Reports shall conform to the Work Breakdown Structure. (WBS) specified in accordance. with Attachments. 14 and 18.

2. The description of the. management systems accepted by the Contracting Officer, identified by the title and date, shall be referenced in the contract.. Such systems. shall be maintained and used by the Contractor in the performance of this. contract.

3. Contractor changes to the accepted systems shall be submitted to the Contracting Officer for review and approval. The Contracting Officer shall advise the Contractor of the acceptability of such changes within sixty (60) days after receipt from the Contractor. When systems existing at the time of contract award do not comply with the criteria, adjustments necessary to assure compliance will be effected at no change in contract price or fee.

4. The Contractor shall require that each selected Subcontractor, as mutually agreed to between the Government and the Contractor and as set forth in the. schedule. of this contract, shall meet the CCDR Systems criteria as set forth in the guide and shall incorporate in all such subcontracts adequate provisions for demonstration, review, acceptance and surveillance of Subcontractors' systems, to be. carried out by the Government..

5. If the Contractor or Subcontractor is utilizing CCDR Systems that have been previously accepted, or is operating such systems under a current Memorandum of Understanding, the Contracting Officer may waive all or part of the provisions hereof concerning demonstration and review.

c. Integrated Master Schedule (IMS) The Contractor shall maintain an Integrated Master Schedule (IMS). The IMS shall be delivered in accordance. with the applicable. Contract Data Requirements. List (CDRL).

d. Common Cost Model (CCM) Working Group The Contractor shall participate as a member of the. CCM Cost Working Group (CWG) and support the CCM development for this contract as described in MDA Directive 4250.02 BMDS Cost Estimates (guidance only). The Contractor shall ensure appropriate subcontractor participation in the. CCM CWG.

32

N00024-07 -C-6119

1.5.3 Quality Assurance. The Contractor shall provide and maintain a Quality Assurance Program Plan which applies quality through design, while promoting continuous process improvement and implement a quality assurance program utilizing ISO 9001:2000 (International Organization of Standardization), Aerospace Standard AS9100, compliance with the MDA Assurance Provisions (MAP) Revision A as tailored and specified in the SM-3 Mission Assurance Implementation Plan (MAIP), Revision A dated 28 October 2009, and MD 57104 as. guidance. The. Contractor shall maintain production program quality requirements,. and document in the SM-3 Quality Assurance Program Plan. These quality requirements shall be. flowed down to subcontractors. and key item suppliers as applicable based on the item purchased.

1.5.4 Mission Assurance Implementation Plan (MAIP)

1.5.4.1 Block IA/IB The Contractor shall establish and maintain accountability for fulfilling the Safety,. Quality and Mission Assurance requirements defined in the MAP Revision A, as tailored and specified in the SM-3 MAIP, Revision A of 28. October 2009 .. The. Contractor's command media, i.e. , quality documents, design standards, procedures, processes, build paper, test documentation, specifications form a patt of the QSMA Program and are considered contractual obligations. The. Contractor shall flowdown applicable MAIP and their command media requirements. to applicable lower-tier suppliers. based on complexity and/or criticality and risk .. Flowdown to lower-tier suppliers should follow the same process as the flowdown for any standard.

1.5.4.2. Block IB Parts, Materials, and. Processes The Contractor shall implement and maintain a Parts, Materials, and Processes program in compliance with MDA Parts, Materials and Processes Mission Assurance. Plan (PMAP) as defined in the PMAP Compliance. Matrix for Block lB. The. Contractor shall flowdown applicable. PMAP Compliance. Matrix for Block IB provisions to applicable. lower-tier suppliers.

1.5.4.3 Block IB Audit Program The Contractor shall develop, implement and maintain a sub-tier audit program.. A schedule of supplier audits shall be provided to the MDA Program Manager and MDA AB/QS. Sub-tier audits shall be conducted on any sub-tier Contractor that has flowed­down a requirement whose basis is one of complexity and/or criticality. The sub-tier audit program will include periodic audits scheduled to meet the intent of the PMAP Compliance Matrix. The Contractor will determine frequency of the audits based on complexity of supplier items. Audit results. will be made available to the MDA Program Office and MDA/QS no later than 30 days after completion of the. audit (CDRL A008).

33

N00024-07 -C-6119

1.5.4.4 Block IB Software IV & V and EVM These. tasks. are defined and initiated under contract HQ0276-08-C-0001. Upon completion of HQ0276-08-C-0001, these critical tasks will be carried on through this SOW and contract. For BLK IB, for all mission critical software, the Contractor shall prepare software specification documents under configuration management that define the architecture,. vru.iable control,. variable. range, modularity, parameter ranges, parameter designations, flow charts and full code. Complex software flow charts. shall include all decision paths, decision logic, complex algorithms by mathematical formula, parameter designations, parameter look-up tables, and. explanations of unique code associated with input I output and how data schemas are generated. Software technical documentation shall also identify those algorithms directly affecting system performance. and shall provide. a verification matrix designating the status on whether algorithms have been qualified and verified by system tests. Furthermore Contractor shall:

• Establish and maintain criteria against which the design can be evaluated • Identify, develop,. or acquire design methods. appropriate for the. software

product • Ensure. that the design adheres to applicable design standards. and criteria • Ensure that the design adheres to allocated requirements, and • Provide sufficient detail to ensure that IV & V can be achieved and Earn Value.

Cost (Cost Performance Index (CPI)) and Earn Value Schedule. (Schedule Performance Index (SPI)) measures metrics can be assessed toward meeting the. software development schedule.

1.5.4.5 Reserved

1.5.4.6 Block IB Supplier Management Requirements The Contractor shall establish and maintain a system for the collection and monthly reporting of all non-conformances occUlTing throughout the supply chain via key MRB metrics that have been selected. This requirement shall be flowed down to all lower-tier suppliers based on complexity and/or criticality of their product.

Additionally, the program shall develop a Supplier Management Plan which provides processes for key supply chain activities, to include but not limited to: supplier selection, supplier evaluation/audits, supplier rating system, receiving test and inspection,. conditional source approval,. source inspections, procurement and metrics. The Contractor's supplier management program shall ensure that all technical,. test, quality, safety and mission assurance requirements are flowed down to the appropriate supplier including the Contractor's command media design margins, methods and practices. Contractors utilizing a Dock-to-stock program shall maintain Certificates of Compliance

3 4

N00024-07 -C-6119

for all suppliers in this program, and develop a process for periodically reviewing and inspecting the supplier's ability to remain compliant.

The. Contractor shall establish and maintain a system for the. collection and monthly reporting of all non-conformances occuning throughout the supply chain via key MRB. metrics that have been selected. This. requirement shall be flowed down to all lower-tier suppliers based on complexity and/or criticality of their product.

1.5.4. 7 Block IB Maintenance/ Availability of Quality Records The Contractor shall maintain quality records, documents, processes and procedures in accordance with applicable quality system called out in this. contract. The Contractor's command media, i.e., documents, engineering drawings, design standards, procedures, processes, build paper, specifications etc.,. form a part of the QSMA Program and are. considered contractual obligations. Records must be. made available to the customer when requested . . Records shall include, but not be. limited to:.

The Contractor's and sub-tier supplier command media Evidence of inspection to assure adherence to applicable drawings or specifications First Article Inspection/Test Reports .. Periodic inspection and control of inspection media Records to indicate control of Special Tooling and Special Test Equipment Test data records. of all qualification and acceptance. test performed Certification of personnel as required by specification and/or contract Raw Matetial and Process certifications Material Review Report

1.5.4.8. All-Up-Round. Certification The contractor will provide a DD-250 as certification that the round and all of its critical subassemblies comply with all technical requirements. as. approved by the. Program Office. The. Technical Data Package,. processes, procedures, and other appropriate command media used to manufacture the round will be approved by the Chief Engineer and the Program Manager or their designee."

1.5.5 Safety The Contractor shall have effective policies and procedures in place to protect the life and well being of Contractor and Agency employees, the public, and MDA property and equipment. The Contractor shall adhere to all applicable local,. state,. and federal safety laws/regulations as well as the safety requirement of the MAP (Section 3.14). The Contractor shall establish and maintain a safety program and shall ensure that safety protection considerations. are integral parts of the. systems. engineering efforts. The. safety program shall address. personnel and equipment concerns relative to the

35

N00024-07 -C-6119

design, development, testing, use, maintenance, life cycle support and disposal of the. system.

1.5.6. Expediting Contract Closeout (a) As part of the negotiated fixed price or total estimated amount of this contact, both the Government and the Contractor have agreed to waive. any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be. owed to either party at the. end of the. contract, except that,. amounts. connected in any way with taxation, allegations of fraud and/or antitrust violations shall. be excluded.. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law ..

(b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs. for either party associated with collecting such small dollar amounts. could exceed the amount to be recovered.

1.6 Facilitization .. Not Used.

1.7 Unique Identification (UID) The Contractor shall develop a Unique Identification (UID) Program Plan for the. SM-3 Program Office for compliance with the mandatory requirement for UID implementation .. The intent is. for the SM-3. BLK lB All-Up-Round (defined as the. missile in the. canister) to have. a UID along with individual sections. and sections that will be. provided as. spares .. There is. currently a contract clause that defines "Item Identification and Valuation". that has been incorporated into the SM-3 N00024-7C-6119 contract..

The SM-3 BLK IB All-Up-Round and individual section deliverables shall be. UID compliant beginning inFY2012 (CLIN 16).

The Navy IWS. Program Office will be responsible. to implement UID for BLK lA All­Up-Rounds. on a separate. maintenance. contract. The UID implementation for the SM-3. BLK lA deployed All-Up-Rounds will be managed as these rounds are returned for recertification starting in 2010 as. well as. any BLK lA individual sections provided as spares.

1.8 Security Program. The Contractor shall implement a Security Program which is compliant with the. requirements. of DoD 5200.1-M, Chapter 7, and MDA Sl guidance. provided by MDA Directive. 5200.05, and DoD INST S-5230.28 . .

1.9 Hazardous Material Control and Management

36

N00024-07 -C-61 19

The production, testing, operation, and maintenance of STANDARD Missile-3 will include the use of hazardous materials at Contractor facilities resulting in the potential for environmental pollution including air,. waste water, and solid wastes. The Contractor shall minimize the use of hazardous. material in the. SM-3 Program. Whenever hazardous materials are necessary, the. Contractor shall be responsible for the. implementation of a formal Hazardous Material Control and Management Program to ensure control of the environmental effects of the production, testing, operational and maintenance processes. In addition, the Contractor shall be responsible for the identification, justification, and documentation of all hazardous materials used. The Contractor shall identify the potential health hazards of the hazardous materials selected for STANDARD Missile application, and shall provide appropriate hazard mitigation measures to minimize personnel and environmental damage and exposure. The Contractor shall also identify all pollutants generated by each process (production, test, and operations) and appropriate disposal methods.

The Contractor shall establish hazard classifications for STANDARD Missile and shall follow the explosive. hazard classification procedures. in accordance with NA VSEAINST 8020.8B ..

2.0 Critical Hardware Handling All Hardware. with the potential to result in a major schedule impact if damaged, special high dollar items as determined by the program (such as one-of-a-kind articles),-or hardware. whose handling poses. a risk beyond routine handling operation personnel or equipment, shall be. considered Critical Hardware.. All higher lever assemblies with Critical Hardware. incorporated into it shall be considered Critical Hardware.. Program and production management shall jointly identify critical hardware.. The Critical Handling process for the SM-3 Program is detailed in RMS Document Number INST­SM3-008.

Removing a piece of Critical Hardware from a workbench,. vehicle,. or fixture and lifting or moving it to another workbench,. vehicle, or fixture constitutes. a Critical Lift. Critical Lifts require a team of Authorized Lifters as detailed by Work Instructions .. Ctitical Lifts may not be. performed without direction from Work Instructions. If Critical Lift direction has. not been incorporated into Work Instructions, the lift may proceed by using Critical Lift/Move Check Sheet for Lifts/Moves with Pending Work Instruction.

3.0 Exclusion of Mercury Mercury or mercury containing compounds shall not be intentionally added or come. in direct contact with hardware. or supplies furnished under this. contract or which are provided to. any non-US Governmental entity with or without compensation. The Contractor will ensure compliance with the. Mercury Export Ban Act of 2009.

4.0 Inspection,. Acceptance,. Marking and Packaging Requirements

37

N00024-07 -C-6119

4.1 Inspection and Acceptance CLINs 0001, 0003, 0004, 0016, 0018, 0019. 0024, 0025, option 0026, if exercised -Inspection and acceptance shall be at source in accordance with Attachment 3 and Attachment 12. Inspection for the. purpose of final acceptance shall be documented on a DD Form 250,. "Material Inspection Receiving Report (MIRR)" by a representative of the Government at the Contractor's All-Up-Round (AUR) facility. A DD Form 250 is required.

CLINs. 0002 and 0006.- Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423, Exhibit A.

CLIN 0005- Inspection and acceptance. shall be. at source. in accordance. with Attachment 3. and Attachment 12. Inspection for the purpose. of final acceptance. shall be documented on aDD Form 250,. "Material Inspection Receiving Report (MIRR)" by a representative of the Government at the Contractor's All-Up-Round (AUR) facility. NAVAL SURFACE WARFARE CENTER (NSWC)/PORT HUENEME DIVISION (PHD) will arrange Government transportation via a SAAM. flight to Pearl Harbor HI where. the SM-3 Blk lA missiles. will be transferred to the Government of Japan. A DD Form 250 is required. Two (2) copies of DD Form 250 and any other transportation document (s) for FMS Case. JA-P-LUX under this. contract will be. forwarded to both MDA/AB and MDA/AB-L

CLIN 0007- Inspection and acceptance shall be at source in accordance with Attachment 3 and Attachment 12. Inspection for the purpose of final acceptance shall be documented on a DD Form 250,. "Material Inspection Receiving Report (MIRR)" by a representative of the Government at the Contractor's. All-Up-Round (AUR) facility. NAVAL SURFACE WARFARE CENTER (NSWC)/PORT HUENEME DIVISION (PHD} will arrange Government transportation via a SAAM. flight to Pearl Harbor HI where. the SM-3 Blk lA missiles will be transferred to the Government of Japan. A DD Form 250 is required. Two (2) copies of DD Form 250 and any other transportation document (s) for FMS Case JA-P-LVK under this contract will be forwarded to both MDA/AB. and MDA/AB-L

CLIN 0009- Inspection and acceptance. shall be at source in accordance. with Attachment 3 and Attachment 12. Inspection for the purpose of final acceptance shall be documented on a DD Form 250, "Material Inspection Receiving Report (MIRR)" by a representative of the Government at the Contractor's All-Up-Round (AUR) facility. NAVAL SURFACE WARFARE CENTER (NSWC)/PORT HUENEME DIVISION (PHD} will arrange Government transportation via a SAAM. flight to Pearl Harbor HI where. the. SM-3 Blk lA missiles will be transferred to the Government of Japan. A DD Form 250 is required. Two (2) copies of DD Form 250 and any other transportation document (s) for

38

N00024-07 -C-6119

FMS Case JA-P-LWAD under this contract will be forwarded to both MDA/AB and MDA/AB-1.

CLIN 0013 - Inspection for the purpose of final acceptance shall be documented on aDD Form 250, "Material Inspection Receiving Report (MIRR)" by a representative of the Government at the Contractor's All-Up-Round (AUR) facility.

CLIN 0014 - Inspection for the. purpose of final acceptance. shall be. documented on aDD Fonn 250, "Material Inspection Receiving Report (MIRR)" by a representative of the Government at the Contractor's. All-Up-Round (AUR) facility. Naval Surface Warfare Center (NSWC)/Port Hueneme. Division (PHD) will arrange. Government transportation via a SAAM Flight to Pearl Harbor,. HI where the spares will be transferred to the Government of Japan. ADD Form 250 is required. Two (2) copies of DD Form 250 and any other transportation document(s) for FMS Case JA-P-FQV under this contract will be. forwarded to both MDA/AB and MDA/AB-I.

CLIN 21 - Inspection for the purpose of final acceptance. shall be. documented on a DD Form 250, "Material Inspection Receiving Report (MIRR)" by a representative of the Government at the. Contractor's. All-Up-Round (AUR) facility. Naval Surface Warfare Center (NSWC)/Port Hueneme Division (PHD) will arrange Government transportation via a SAAM Flight to Pearl Harbor, HI where the spares will be transferred to the Government of Japan. ADD Form 250 is. required. Two (2) copies of DD Form 250 and any other transportation document(s) for FMS Case. JA-P-FON under this. contract will be forwarded to both MD A/ AB and MD A/ AB-1.

CLIN 22- Inspection for the purpose of final acceptance shall be documented on aDD Form 250, "Material Inspection Receiving Report (MIRR)" by a representative of the Government at the Contractor's. All-Up-Round (AUR) facility. Naval Surface Warfare Center (NSWC)/P01t Hueneme. Division (PHD) wi ll anange Government transportation via a SAAM Flight to Pearl Harbor,. HI where. the spares will be. transfen ed to the Government of Japan. ADD Form 250 is required. Two (2) copies of DD Form 250 and any other transportation document(s) for FMS Cases JA-P-FPP and JA-P-CAW under this contract will be forwarded to both MDA/AB and MDA/AB-1.

4.2 Deliveries or Performances All supplies to be furni shed hereunder shall be delivered free of expense. to the. Government in accordance with instructions specified in clause FAR 52.247-29 "F.O.B. ORIGIN," at or near RMS AUR Camden, AR, Huntsville, ALand RMS ITF, Tucson for

39

N00024-07 -C-6119

shipment as follows below. The Government will be responsible for paying for transportation between Govemment facilities.

Transportation of Navy owned ordnance material shall be accomplished in accordance with DOD 5100.76-M. The Navy implementing instruction is set forth in OP 2165.

All Contractor and Government owned data, software and hardware,. including test equipment and fixtures, used on STANDARD Missile programs to be shipped by a Contractor shall be shipped at the Contractor's expense. Ship by most economical means to meet program schedules and requirements.

Items 0001,. 0003, 0004, 0005,. 0007,. 0009, 0016, 0018, 0019 0024, 0025, option 0026, if exercised- All supplies. hereunder shall be. delivered free of expense. to the. Government in accordance with instructions specified in the clause hereof entitled, "F.O.B.ORIGIN," (FAR 52.247-29) at or near the Contractor's plant,. Camden AR,. Huntsville,. AL,. and ITF Tucson, AZ for shipment at Government expense (normally on Government bill(s) of lading) in accordance with Attachments 6 and 3.

Items 0002 and 0006- The data to be. furnished hereunder shall be delivered to the. destinations. and at the times specified in Exhibit A, Exhibit B, and Appendix B of Attachment 3.

If shipping instructions have not been provided within sixty (60) days prior to the first scheduled delivery date, the Contractor shall submit a written request for shipping instructions to AEGIS BMD, with a copy to the cognizant Contract Administration Office. FMS item(s), if any, shall be shipped on a separate bill of lading and Interstate Commerce Act, Section 10721 rates do not apply .. The Contractor shall not ship directly to a military air or water pmt terminal without authorization by the cognizant Contract Administration Office.

The Contractor shall not ship directly to a military air or water port terminal without authorization by the. cognizant Contract Administration Office.

The Government reserves. the right to require the Contractor to Deliver-in-Place or otherwise store at no additional cost to the Government, any or all items. until required for final delivery to the installation activity. In addition, phased delivery shall be accommodated and supported by the Contractor as required by the Government.

4.3 Packaging Instructions The Contractor shall package. and mark each Flight Test GMR in accordance with Attachment 12- SM-3 All Up Round Processing & Recertification Requirements. document..

40

N00024-07 -C-61 19

The Contractor shall ship Guidance, Control and Airframe (G, C&A) Sections/components from the. factory to the. AUR facility, and retum, using applicable. G,. C&A shipping containers or in accordance. with ASTM D. 3951-98.. The Contractor shall obtain a Certificate of Equivalence (COE) for all shipping in accordance. with ASTM D 3951-98.

The Contractor shall mark all shipments under this. contract using the guidance of MIL­STD-129P (3), as modified by the Special Shipping Marking and Packing Instructions, as well as. Title 49 CFR. These markings are. provided in NA VSEA SW020-AC-SAF-010/020/030. Any Competent Authority Approvals (CAAs) or Performance Oriented Packaging (POP) test markings that are not present in NAVSEA SW020-AC-SAF-010/020/030 shall be obtained from the COMMANDING OFFICER, ATTN CODE 712, NSWC IHD Det Picatinny Bldg 4587, Whittemore Avenue Picatinny Arsenal Dover, NJ 07806-5000.

4.3.1 Missiles Missiles shall be. prepared for shipment or storage in accordance with the applicable STANDARD. Missile packing document using the applicablel<bl(4) I (b)(4)

l<b)(4) I The following documentation, comprising the. Missile log, shall be provided with each Missile. scheduled for shipment:

a. Configuration Data Lists (Missile Sections and telemetry units);

b. G/M Propulsion Unit Data Sheet;

c. G/M Propulsion Unit History Sheet;

d. Test Traveler Cards; and

e. Shore Activity Maintenance Data System (SAMDS) NAVSEA Form 4790/5(2Bl ) Missile Configuration Summary.

4.3.2 Missiles and Components Missiles and components shall not be stored, issued, or shipped in unserviceable containers. Containers with minor damage may, however, be used for transporting or short-term storage within the assembly building, provided damage does not interfere with normal storage or with the securing of the item in the container. Damaged Missile Round containers may be repaired in accordance with the applicable OR-99B procedures. Damaged Missile Round containers. and canisters shall be reported to the NAVAL SURFACE WARFARE CENTER (NSWC)/PORT HUENEME DIVISION (PHD), CODE A66 and MD AI AB. for disposition instructions.

41

N00024-07 -C-61 19

4.3.3 Periodic Retesting of Hazardous Material Packages Title 49 CPR 178.60l (e) requires periodic retesting of all packages used for hazardous materials. All explosive material packages of less than 400 kilograms (882 pounds) net mass (item weight) require design testing and/or periodic retesting. The Contractor shall pass. design qualification testing at the. start of any new or different packaging. The COMMANDING OFFICER, , ATTN CODE 7 12, NAVAL PHST CENTER, NSWC IHD Det Picatinny Bldg 4587,. Whittemore Avenue Picatinny Arsenal Dover, NJ 07806-5000 shall perform the Title 49 CFR required testing after First Article testing is complete. If the First Article testing is waived, then design testing and/or periodic retesting must be separately perl'ormed. If the production of hazardous material packaging extends. more than twelve (12) months, then periodic retesting shall be performed at least once ever twelve (12) months for combination packs. Metal drums require six (6) containers for POP testing. The testing facility shall keep all records. of testing data for a minimum of two (2) years after test completion. DEPARTMENT OF TRANSPORTATION (DOT) certification of the. Testing facility is. not required,. however, the COMMANDING OFFICER, ATTN ,CODE 712, NAVAL PHST CENTER, NSWC IHD Det Picatinny Bldg 4587, Whittemore Avenue Picatinny Arsenal Dover, NJ 07806-5000 shall review all noncertified tests to assure conformance with Title 49 CFR .. The COMMANDING OFFICER,. ATTN CODE 712, NAVAL PHST CENTER,. NSWC IHD Det Picatinny Bldg 4587, Whittemore. Avenue Picatinny Arsenal Dover, NJ 07806-5000 is the. Navy's explosive packaging test facility. Exemptions from periodic retesting may be available.. Submit requests. for exemption to the. COMMANDING OFFICER,. ATTN CODE 712,. NAVAL PHST CENTER,. NSWC IHD Det Picatinny Bldg 4587, Whittemore A venue Picatinny Arsenal Dover, NJ 07806-5000.

4.3.4 Marking . Shipments, shipping containers and palletized unit loads shall be. marked usmg the guidance ofMIL-STD-129P (4).

4.3.5. Packing List(s) . A packing list (DD Form 250 may be used) identifying the contents of each shipment, shipping container or palletized unit load shall be provided by the Contractor with each shipment using the guidance of MIL-STD-129P(3). When a Line Item identified under a single stock number includes an assortment of related Items such as kit or set components, detached parts or accessories, installation hardware or material,. the packing list(s) shall identify the. assorted items. Where DD Form 1348-Lor DD Form 1348-lA is. applicable. and an assortment of related Items. is included in the. shipping container, a packing list identifying the contents shall be furnished.

4.3.6. Master Packing List . In addition to the requirements in paragraph 3 above, a master packing list shall be prepared where more than one (1) shipment, shipping container or palletized unit load

42

N00024-07 -C-6119

comprise the Line. Item being shipped. The master packing list shall be attached to the. number one ( 1) container and so identified.

4.3. 7 Part Identification All Items within the kit, set, installation hardware or material shall be suitably segregated and identified within the. unit pack(s) or shipping container by part number and/or National Stock Number (NSN). Use MIL-STD-129P (4) for guidance for marking of assorted (related-unrelated) Items ..

For shipping purposes,. the Contractor shall utilize the following Shipping Requisition Numbers for material shipped under CLIN 0005 of this contract:

SLIN/Equipment .. PDLI Shipping Requisition Number

0005. 101P PJAS54BR80101P suffix A, B,. C, D

Transportation Authorization Code (TAC): P462

CLIN 0005-Each box or parcel containing material shipped against this order,. and all shipping documents. shall contain the. following visible. markings: Government of Japan - Navy

FMS. Case JA-P-LUX Shipping Requisition Number: (See paragraph below) Equipment Nomenclature: Shipped for JS CHOKAI (DDG 176) Shipped to Address: _______________ _

CLIN 0007-Each box or parcel containing material shipped against this. order, and all shipping documents. shall contain the. following visible. markings:

Government of Japan- Navy FMS. Case JA-P-L VK

.. . . Shipping Requisiti.on Number: (See paragraph below) Equipment Nomenclature: ____________ _ Shipped for JS MYOKO (DDG 175) Shipped to Address: .---------------

For shipping purposes, the Contractor shall utilize the following Shipping Requisition Numbers and suffix codes for material shipped under CLIN 0007 of this contract:

SLIN/Equipment PDLI Shipping Requisition Number

0007 . lOIP . PJAE547280101P suffix codes. A-H .

43

N00024-07 -C-61 19

Transportation Authorization Code. (TAC): .. P601

CLIN 0009-Each box or parcel containing material shipped against this order,. and all shipping documents,. shall contain the. following visible. markings:

Government of Japan-: Navy FMS. Case. JA-P-LWA Shipping Requisition Number: (See paragraph below) Equipment Nomenclature: .------------­Shipped for JS.KIRISHIMA (DDG 174) Shipped to Address:. ______________ _

For shipping purposes, the. Contractor shall utilize. the following Shipping Requisition Numbers and suffix codes for material shipped under CLIN 0009 of this. contract:.

SLIN/Eguipment Number TBD

4.3.8 Hazardous Materials Packaging.

PDLI . TBD

Shipping Requisition Number

Any hazardous materials to be furnished hereunder shall be. prepared for transportation in accordance with the Performance Oriented Packaging Standards, as. prescribed by the. Department of Transportation's Title 49 CFR, Parts 107-178. The Contractor's signed certification that the packaging and markings conform to the requirements. shall be. incorporated on DD Form 250,. "Material Inspection and Receiving Report,". or other related acceptance document if DD Form 250 is. not used.

4.3.9 Distribution Statement Distribution authmized to the. Department of Defense (DoD) and United States. (US) DoD Contractors only (critical technology) (30 June 2008). Other requests. shall be referred to MDAIAB.

4.4 Marking of Inert Operating Missiles. The Contractor shall identify Inert Operating Missiles (IOM) and other non-flight Engineering hardware,. sections,. subassemblies, etc. which are compliant to the Technical Data Package (TDP) with the additional minimum identification of "Not for Production Use" in accordance with OD-OPS-016.

4.5 Identification Marking of Parts Identification marking of individual parts within the systems, equipments, assemblies,. subassemblies, components, groups, set<> or kits. and of spare. and repair parts shall be. done in accordance. with applicable specifications and drawings. To the extent identification

44

N00024-07 -C-6119

marking of such parts. is not specified in applicable specifications or drawings, such marking shall be accomplished in accordance with the following:

( l) Patts shall be marked in accordance with generally accepted commercial practice.

(2) In cases where patts are so small as not to permit identification mru·king as. provided above, such parts shall be appropliately coded so as to permit ready identification.

4.6 Marking of Reports All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report:

(1) Name. and business address of the Contractor (2) Contract number (3) Contract dollar amount (4) Whether the contract was competitively or non-competitively awarded (5) Sponsor Information

4.7 Assignment and Use. of National Stock Numbers To the. extent that National Stock Numbers. (NSNs) or preliminary NSNs. are. assigned by the Government for the. identification of parts, pieces, items, subassemblies or assemblies to be furnished under this contract, the contractor shall use such NSNs or preliminary NSNs in the preparation of provisioning lists, package labels, packing lists, shipping containers and shipping documents as. required by applicable specifications, standards or Data Item Descriptions. of the contract or as required by orders for spare and repair parts .. The cognizant Government Contract Administration Office shall be responsible for providing the contractor such NSNs or preliminary NSNs. which will be. assigned and which ru·e not already in possession of the contractor..

4.8 Assignment of Serial Numbers The contractor shall request serial number assignment, in writing, from the cognizant technical program office, with a copy to the cognizant DCMA office . . The request for serial assignment shall contain the following information, at the minimum: (a) Contract number (b) (c) (d) (e)

Assigned line item number and description Assigned type designation Assigned model number Top drawing number and ID (List of Drawings) number

45

N00024-07 -C-6119

(f) Exact quantity for which serial numbers are being requested, including preproduction samples. required by the. contract,. and

(g) National stock number..

4.9. Updated Specifications and Standards If, during the. performance of this. or any other contract,. the Contractor believes that any contract contains outdated or different versions of any specifications or standards,. the. Contractor may request that all of its contracts be updated to include the current version of the applicable specification or standard .. . Updating shall not affect the form, fit, or function of any deliverable. item or increase the. cost/price of the item to the Government.. The. Contractor should submit update requests to the Contracting Officer with copies to the. Administrative Contracting Officer and the. Contracting Officer's Representative for approval. The Contractor shall perform to contract in accordance. with existing specifications and standards. until notified of approval! disapproval by the Contracting Officer. Any approved alternate specifications. or standards will be. incorporated into the. contract..

4.10 Government-Industry Data Exchange Program The. Contractor shall participate in the. appropriate interchange of the Government­Industry Data Exchange Program (GIDEP) in accordance with NA VSEA S0300-BU­GYD-010 dated November 1994 .. Data entered is retained by the program and provided to qualified participants. Compliance with this requirement shall not relieve the. Contractor from complying with any other requirements of the contract.

The. Contractor agrees to inse11 paragraph (a) of this requirement in any subcontract hereunder exceeding $500,000. When so inserted, the word "Contractor" shall be. changed to "Subcontractor".

GIDEP materials,. software and information are available without charge from:

GIDEP P.O. Box 8000 Corona, CA 92878-8000 Phone:. (951) 898-3207 FAX: (951) 898-3250 Internet: http://www.gidep.org

4.12. Travel Costs. The Contractor shall be reimbursed for its reasonable. actual travel costs. in accordance. with FAR 31.205-46. The. costs to be. reimbursed shall be. those. costs. accepted by the. cognizant DCAA.

46

N00024-07 -C-61 19

Reimbursable. travel costs include only that travel performed from the Contractor's facility to the worksite, in and around the worksite,. and from the worksite to the Contractor's facility. Relocation costs and travel costs. incident to relocation are allowable to the extent provided in FAR 31.205-35; however, Contracting Officer approval shall be. required prior to incurring relocation expenses and travel costs incident to relocation. The Contractor shall not be reimbursed for the following daily local travel costs:. travel at U.S. Military Installations where Government transportation is available, travel performed for personal convenience/errands, including commuting to and from work, and travel costs. incurred in the replacement of personnel when such replacement is accomplished for the Contractor's or employee's convenience.

4.13. Open Systems Architecture. The Contractor shall implement an open systems architecture based on specifications and standards. for hardware and software interfaces, services and supp01ting formats. The Contractor shall implement open system architectures that are sufficient to design and produce components (e.g., modules, circuit board assemblies, subsystems) that are usable across a wide range of systems with minimal or no changes. The Contractor shall:

a. Use disciplined system engineering design practices using Open Systems Architecture that emphasize modular design of hardware and software based on well defined intetfaces;

b .. Use disciplined system engineering design practices. to define system interfaces that are sufficient to facilitate insertion of new or additional systems capabilities for a wide range of applications;

c. Use modular design techniques for components identified as being high cost and/or high risk based on quickly evolving technology or based on growing, evolutionary or time-phased requirements;

d. Design modular systems elements (e.g., subsystems, components) interfaces that minimize design-specific. dependencies between components so as to minimize future integration and testing costs for upgraded elements;

e.. Implement designs that use structured decomposition and object oriented software and designs that are based on software re-use to the maximum extent practical;

f.. Select designs that maximize the possibility of secondary or multiple sources of supply;

g. Design in COTS. components when possible or appropriate; h. Use to the maximum extent possible buy versus make plan strategies and buy plan

strategies that foster supplier competition; 1.. Implement standards and specifications that are developed I adopted by industry

recognized standards. and specifications bodies.

4.14 Engineering and Manufacturing Readiness Levels (EMRLs) - Measuring Program/Product Maturity

47

N00024-07 -C-6119

The Contractor shall use disciplined system engineering design practices during the. design and development of the SM-3 Block IB element and components. The Contractor shall use EMRL criteria and metrics as the standard maturity measurement of product hardware. and software.

The Contractor shall. use EMRL's for assessments of technology maturity, design maturity, manufacturing readiness,. and product matmity throughout the SM-3 Block IB Element acquisition cycle. Completed EMRL assessments shall be subject to approval by the. Government and will serve as exit cliteria for design reviews and production readiness reviews.

The Contractor shall continuously assess progress against EMRL metrics to measure the. progress of the SM-3 Block lB. Element design and development. The Government and Contractor will agree upon a Contract Work Breakdown Structure (WBS) and format for the Contractor to report EMRL updates to the Government.

4.15. Intelligent, Integrated Model-Based Design for Manufacturing and Assembly The Contractor shall utilize digital Design for Manufactuling and Assembly (DFMA) tools and the National Aerospace Standard (NAS) 3500 for the. development of Technical Data Packages (TDPs). The. Contractor shall utilize NAS 3500 to assure. the proper application of product charactetistics and manufacturing processes to engineering documents. The Contractor shall also utilize CAD-independent concurrent engineering design practices. that enable. the product development team(s) to quickly create a producible detailed design and share that digital design in a standard fmmat that is usable. by downstream functions. This concurrent engineering approach shall be. fully integrated with simulation and shop floors tools and make them accessible to the "extended enterprise." The Contractor's integrated digital DFMA shall contain the following key features:

a.. Addresses the complete extended enterprise.- prime/OEM and supply chain; b.. Generates. an industry best practices TDP (NAS 3500) from CAD. neutral design

tool output;. c. Provides. simulation and modeling capability at the manufacturing process level;. d. Links the supply chain to the NAS 3500 data;. e. Enables planning, verification, and validation of characteristics;. f.. Enables. downstream production activities-Enterprise Resource Planning (ERP),

Manufacturing Resource Planning (MRP), Manufacturing Execution System (MES), shop floor instructions, and process control/SPC.

g. Enables seamless upload from NAS 3500 into AS91 02 compliant First Article. Inspection (FAI) format for characteristic-level verification and reconciliation throughout the. supply chain;.

h .. Integrates NAS 3500 data with process. simulation and iteration tools for manufacturing process planning, work instructions and related documents;

48

N00024-07 -C-6119

1. Implements Statistical Process. Control through application of tools. that link seamlessly with NAS 3500 data derived from CAD neutral design tool output.

4.16. Supply Chain Lean Enterprise The Contractor shall develop and implement a program to assist all enterprises within the. SM-3 Block IB supply chain in development and implementation of lean enterprise practices. Lean enterprise practices shaJl include addressing their overall end-to-end supply chain processes. beginning from receipt of order from the Government to the. delivery of the ordered item .. The end-to end processes shall include both immediate. and sub-tier suppliers as necessary to address subsystems and their components. that are critical because of long procurement lead times, high cost, quality problems or limited source(s) of supply.

4.17 Make Buy Plan The. Contractor shall develop a make-buy plan that clearly delineates. those major and/or critical items. to be. produced or work force efforts to be petformed by the Contractor or its. affiliates, subsidiaries,. or divisions. and those. items to be produced or work force efforts to. be. petformed by subcontractors. The Contractor shall have a make-buy plan which provides corporate make-buy policy guidance and the. procedures for its implementation. The Government will review compliance with these policies and their adequacy.

The Contractor's make-buy plan shall address the following: a. Justification for the performance of work by the. Contractor, including the.

Contractor's relevant experience in accomplishing the work in-house, the use of in-house technology and the compatibility with other in-house. operations;

b. The. Contractor's consideration of other firms to. include small or minority businesses;

c.. Trade studies for accomplishing the work in-house. versus subcontracting that address. impacts. on mission assurance, cost, schedule. and petformance;

d. The. Contractor's make-buy history; e. The impact/availability of capacity and personnel; f. A "make. item review" if the item(s) are. regularly manufactured by the Contractor

but are available from other suppliers at a lower cost and/or improved performance;

g. A "make item review" if the item(s) are not regularly manufactured by the Contractor and are available from other suppliers at prices. no higher than if the Contractor should make or provide the. item(s).

4.18. Subcontractor and Supply Chain Management The Contractor shall institute and use a disciplined approach to subcontractor and supply chain management consistent with the requirements of the following clauses: Open

4 9

N00024-07 -C-6119

Systems Architecture, Engineering & Manufacturing Readiness Levels (EMRLs), Subcontract Competition and Component Breakout, Supply Chain Lean Enterplise, Make-Buy Plan, and Subcontractor and Supply Chain Management.

The Contractor shall implement a subcontract and supply chain management plan that evaluates, mitigates and monitors risk in the. supply chain. The approach shall evaluate. each supplier for its ability to support requirements and the potential risk to impact delivery of items to the Government. For high risk suppliers, the Contractor shall create and implement mitigation plans to reduce the risk.

In addition, as part of the Contractor's subcontract and supply chain management oversight, the Contractor shall maintain cognizance of its supplier base by implementing a Government developed web-based, interactive roadmap that captures and displays key information on the supplier base.

4.19 Anti-Tamper The Contractor shall institute. a disciplined development approach for the implementation of Anti-Tamper (AT) technologies to protect Critical Program Information (CPI) from unintentional transfer. The Contractor shall develop an Anti-Tamper Plan in accordance with DoD 5200.39 ("Critical Program Infonnation (CPI} Protection within the. Department of Defense," 16 July 2008.) and MDA Directive. 5200.05 ("Anti-Tamper Policy," 18. July 2006) and DoD Instruction S-5230.28 (Low Observable (LO) and Counter. Low Observable (CLO), 26 May 2005) as part of the Program Protection Plan (PPP).

The Government has. sponsored the development of web-based interactive software that captures and geographically displays the supplier roadmap for the Missile Defense Agency. The. roadmap provides information that is specific to each Contractor and the. Contractor's supplier base and may be accessed as the Contractor considers appropliate. The. roadmap also has other features that have. proven to be extremely valuable especially in times of military urgency or other emergency situations. The software is user friendly and accessible via an Agency issued password. Contractors will provide quarterly electronic updates to the Contractor's and their supplier base data element spreadsheet in the roadmap software. Contractors. will have full access. rights to their data in the electronic roadmap. Sensitive Contractor information is fire-walled and protected from access by other users as directed by each Contractor. Contractors that provide data to the supplier roadmap will determine who has. access. to that information.

50

A&E ACO ACA ALI AT ATK AUR AURF BLK CAAs CAlMS. CCDR CDRL CLO CM CMTS. COE CPl CPR CSDR CWG DACS DM DTRM. DVTs EMRLs. ENB ESS

FAI FMS. FTS. FRACAS. GFE GFE/M GFP

APPENDIX A List of Acronyms.

Ammunition and Explosives Administrative Contracting Officer Attitude. Control. Assembly AEGIS. LEAP Intercept Anti-Tamper Alliant Techsystems Inc .. All Up Round All Up Round Facility Block Competent Authority Approvals

N00024-07 -C-6119

Conventional Ammunition Inventory Management System Contractor Cost Data Reporting Contract Data Requirements List Counter Law Observable Configuration Management Combined Missile Test Set Certificate of Equivalence Cost Performance Index. Cost Performance Report Cost and Software Data Reporting Cost Working Group Divert Attitude Control System Data Management Dual Thrust Rocket Motor Design Verification Tests. Engineering and Manufacturing Readiness. Levels Engineering Notebook Environmental Stress Screening

First Article Inspection Foreign Military Sales. Flight Termination System Failure Reporting, Analysis and Corrective. Action System Government Furnished Equipment Government Furnished Equipment/Material Government Furnished Property

51

GIDEP GMA GMR(F) IA IBR IDR ILS IMS. IPR ISO !TAR IT&A ITF JMSDF KW LEAP LO LOA M&S M/PUL MAIP MAPL MCP MDS MES MICD MIRR MRP MRR MRR MTA NALC NSN NAVSEA NSWC OHE OIS PCO PDM PEO PHS&T REA RFP

Government Industry Data Exchange Program Guided Missile. Assembly Guided Missile. Round (Facility) Information Assurance Integrated Baseline Review Initial Deployment Round Integrated Logistics Supp01t Integrated Master Schedule In-Process. Review International Organization for Standardization International Traffic in Arms Regulations Integration Test & Analysis Integration and Test Facility Japan Maritime. Self-Defense Forces Kinetic. Warhead Lightweight Exo-Atmospheric. Projectile Low Observable Letter of Offer and Acceptance Modeling & Simulation Missile I Propulsion Unit Log Mission Assurance Implementation Plan Manufacturing Assembly Parts Listing Mission Control Panels Mission Designation Series. Manufacturing Execution System Mechanical Interface Control Document Material Inspection Receiving Rep01t Manufacturing Resource Planning Mission Readiness Reviews. Manufacturing Readiness Review Main Thruster Assembly Naval Ammunition Logistics Code National Stock Number Naval Sea Systems Command Naval Surface Warfare Center Ordnance. Handling Equipment Ordnance. Information System Procuring Contracting Officer Product Data Management Program Executive. Office Packaging, Handling, Storage and Transportation Responsible Engineering Agent Request for Proposal

52

N00024-07 -C-6119

RRR SA SAAM scs SDACS. SE SM-3 SMPD sow SPC STE TAC TE TDACS TLR TSC TSRM UBOB. UID VLS WBS

Range Readiness. Reviews Staging Assembly Special Assignment Airlift Mission Steering Control Section Solid Divert Attitude. Control System Systems Engineering Standard Missile-3 Surface Missile Processing Description Statement of Work Statistical Process Control Special Test Equipment Transportation Authorization Code Test Equipment Throttleable. Divert Attitude Control. System Top Level Requirements Tactical Support Center Third Stage Rocket Motor Umbilical Break-Out Box Unique Identification Vertical. Launch(ing) System Work Breakdown Structure

53

N00024-07 -C-6119

N0002 4- 07-C-6 11 9

APPENDIXB CONTRACTOR FORMAT DOCUMENTATION

DESCRIPTION SOW SECTION FREQUENCY

Manufacturing Support Metrics 1.111.5.4.6 As Req Validate Modified Manufactuting l.L AsReq Processes. Missile. Log 1.1.8 As-bui lt Configuration Data 1.1.8 Acceptance Test Data 1.1.8 VLS Integrity and Canister 1.1.8 As Req Functional Testing TE Logistics Support 1.3.4 Requirements Document

Historical Archive 1.4.l.h AsReq Engineering Notebook 1.4.1.c As.Req Maintain Supportability 1.4.7.a AsReq documentation with Current Missile Configuration Update Logistic Plans 1.4.7.a As Req FRACAS Plan 1.4.7.b As.Req Maintain ESS Process/Plan 1.4.7.b As.Req Update Reliability Prediction 1.4.7.h As Req Maintain MAPL 1.4.9.1. As. Reg Maintain Operations. 1.4.9.2 .. AsReq Documentation Inventory Status 1.4.14 Semi-Annual Obsolescence. Parts List for all 1.4.14 Semi-Annual Missile Configurations Management Review Support 1.5.1 As.Req (Agenda, Presentation etc.) Quality Assurance. Program Plan 1.5.3 As required Audit results 1.5.4.2.3 .. not later than 30

calendar days after completion of the. audit

Software Specification Technical 1.5.4.4 As required Documents. Test-as-you-fly test document 1.5.4.5 Supplier Management Plan 1.5.4.6

54

N00024-07-C-6 11 9

DESCRIPTION SOW SECTION FREQUENCY

Dock-to-stock program 1.5.4.6 certificates of compliance Unique Identification (UID) 1.7 Program Plan

55.

ATTACHMENT 4

REVISION 1

DATED 20 OCTOBER 2008

DD 254

N00024-07 -C-6119

CONTRACT SECURITY CLASSIFICATION

SPECIFICATION

DEPARTMENT OF DEFENSE I. CLEARANCE AND SA f'EG'UARDING

CONTRACT SECURITY CLASSIFICATION SPECIFICATION .. FACILITY Ct.E"-AANC ~ REQUIRED

SECRET (The requirements of the National Industrial $C(urity Program Operating Manual (NISPOM) apply to b. LEVEL OF SAFEGUARDING P.t:QUII\fO

ail security aspects or this effort) SECRET 2. THIS SPt:CIFICATION IS FOR (s aJOd eo1111pkt t u llfplicebkl .}, THIS SPECIFICATION IS: (>t an4 CHIIPittt as llppli<a~l .. PRIME CONTRACT 1\UMBEil 1 O~l<liNAI. (Compn~ d"t W. d easn) o.to (YYMMUD)

X N00024-07-C-61 19 '2004/05/04 b. SlJSCOlmlACT )qJMI)ER ) . R.EV IS EO (Sijpt,_ •• I R<"ision No. P&lc (YYMMOO)

X previous r;pce!) 1 2008/10/20 c. SOLICITATION OR OTMEJI. N\JMIIER !No Dooc (YYMMDO) o. FINAL (Complete lt<m S io Ill Cl$0$) D••• (Y YM\IDO)

4. IS THIS II FOLLQW.QN COSfRi\Cl'? L YES ~ XO. t(Y.,,t .. te tlo< lbllowinti

Clu>ifted rr.olcri•lroccivod or ,cncr&lod un~•r (r«<:..S;r8 Commt Nu:nbcr) k IAnsrmod to this follow-<>n <XIMnl(t.

!i. IS T HIS A fiNAL OD FORM 1!i4? u YES ~ NO. lrYtt.complnct~eCotlowil<;:

fn r~ to 1he contrac::eo( .t rtqlltst dated rc!rtrtion of•he tdfntir(fd cl•uitied ma1eria1fs aultu;,rin4 lor "'• p41riod or

6. CONTRACTOR (lnc:lude ('.,..mtrci.\lond Govcmm<~>l E'nrioy (CAGEl CG~d

a. NM!li, AOOI\ESS, ANI> Z.IP COOE b. CAO!!COOI! c. COGNIZANT SECURITY OfFICe (N•m~. Add<.., •nd 7.ip CDde)

Raytheon Company 15090

Defense Security Service {S41 PX) 1151 East Hermans Road P.O. Box 37709 Tucson AZ 85756 Phoenix, AZ 85069 7, SUBCONTRACTOR

' · NAME, AODII.ESS. Jll'ft) l iP COOf b. CAOECOO~ c. COGNIZAto'T S"ECUIUT Y OfFICE (Ntrne, Mdtess,JACI ZipCodel

8. ACTUA~P~R~RMANCt

•· LOC,\TIOI'f b. CA()F. COOF. c. COGNIZAm' SECURrTY OFl'ICE (Name. Ad<lrus, and Zip Code)

~. C£N£RAL lD£NTIFICATION OF THIS PROCUREMENT

' Manufacture of the Standard Missile (SM)-3 Missile

10. THISCONTRACT WILL REQUIRE ACCESS TO: YES NO I J, lN Pt:RFORM,.NG THIS CONTRACT, THE CONTRACTOR WILL: YES NO

a. COmmunlcatiOftl See~~ry {COM SEC) lnfonnat'on X a. Ha~ Aeeess To Cl;nslfied lnlc>m>a~on Only AI Anot>er Cootrec!Ofs Facilily Or A X GowmlftejllActivily

b. ~e<l Oala (RO) X b. Receive Classined Documen~ Onty X <:. Crilio;~l Nvde..: WeaJll)(t ~lgn lnlor!neN1n (CN'Mll) X c. Rcc.iw And Gtotralt Clauir,Gd Material X d. Fcnnerty RHIIiCttd Data (FRO) X d. Fabl'iCall, Modify, Of Store Oassified Hllft!IN¥8 X &. Intelligence 1.1f011111!1ion: e. Pcrlo<m, ~rvices ~ X

( 1) sensitive Compa:tmetlled lnlormafOA {SCI) X (, HM Acoess To Uni~ Slllt:S IUS) Cl~ lqlcl!llalico Outside The US, P..;er10 Rico, X us . And TIIJS!Ter~!Oiias

(2) Non-SCI X g. ee AIIII'.(Y.!Ze<l To use The Senrces Of oe~s& Tec:lln!c<l lnlormauon ~ler (OTIC) Or X OOter 5eccrdi1Y Oisbi,ulion Center

I. Specia f>l::t:Ass lrltlmaion X It Reqvife a COM SEC Acooonl X g. MO<tl Ala~tie Tro~ Ofi;riz.tien (NATO) IHFORMATIOH X L Have TI;UPF..ST ~s X

h. Rnlgn Goremmenl Jnfonnation X ~ H8te Oper,UC:Il$ See~rily {OPSEC) R~!$ X i. limled t:X~minaion lllfortnalio.~ X k. Be Authorized To Use The Otfensa Courief Service (DCS) X

~ For OffiCi~ Use Only (FOUO) lnfcrmafion (Includes Term C<Jltroned X l Other (Speeif)')

Unliassilied lnt:lrmation {CUI)) Restlicl aoces' to Conttactot's Unclllssirltd Local AI'M NefwOrk (lAN}. X k. O'.her (Specify) X

DO Form 1~4, DtC 9? .. l'rtYtOIIS edthons are obSGielt.

FOR OFFICIAL USE ONLY

ll. PUBLIC RELEASF-. A1tj i"formation {dndfied or ""''~sifi~) pMai~ l<lthiJ C<lfltl2d slloll not be rcloat«J for p<~bl~ di~*tminalion eccep!u provided by the NlSPOM or u~lus il h.u boc~ eppi'OYCd ror JXI~Iie r<luse by •PtrQ9riatc US Go.emmenta~thority. PI~ pu~lie rcleo>< shall be su~miued for approvAl p:;or to r•least

Oilf<t D- lmoujjh (SP«i(y):

Missile Defense Agency/Public Affairs (MDAIPA) 71 00 Defense Pentagon Washington, DC 20301-7100

to the Diroctonle ror F-.-1om ofiniOmnrio~ ""d S«vrity R~. 0~ of the Assistml Setrdll)' ofDtfen"' (Publie Alftin)' forre-itw. •tftlhe cue of -o..o User AI!Cft(ic:s_ ft<IOtstJ for di.ero ..... shall be wbmiu<d to that •seocy. ·

13. SECURITY CUIOANC£. The ,.,.urity dusif~C>tion suidar.cr noed~ for t~J~ <laHifi«! c!l"ort is idcntif.~ be!ow. lf•ny diffiwlry io ""<W•!<red in applyina t~is gui4an« or it.,~ othtt ¢0ntributing ftctor indi<::ate> a ncc4 for chengtt :~this ~~Vida•<'<. the conlf2ttor is lllllhori.ted .ad cnC4~:<~gtd to pll)vidc re<4mmo>d<d dlonso; to <~_,ll..,ge the suid>>ec or the clauir,~ion '"i&nod to any iaformatio• or m01oriol fvmi~ or$.,....,.., undet thit <<lr.tr>el; •rd tO JUbmil all)' questions (or int<rpr<ttli¢n ortnis suid•-to rh$ollieiol idrntifled btlcw P"""i•g (,r.al dccisio11. che i•!oll!lllion in•olved sh>ll bt handled and pro<C<'Ied 11 1hc bgl>nt level of <:buifocotion ouigoed 01 ro;:omm...,C<I. CFi:l in .. apptopriete for tl!c <:IUiifiod efl'on. At !Jell. or fonYaN ur.dcr Scplrtl~ corr~poi'C!CIIC<. any cfoeumrntslsuideslexiCact$ refctcn<ed h<tcin. Add oddition1l p•ses n needed to pro>ic!e comp:etc guida,...)

PrirTIP ;., h.:>r.~>h, ·•L ..I tn Pvrh,.nm• "l"".,;r. .. -1 f"'f'\l'I.Jf<'CI"" f"'..,..I\1/J"\1 AKA l\.J..,.., ~("'I 1K•~I :~f'..,. ...... :n :.l J7h' 7A I

(b)(4) I (b)(4) IAny applicable special instruction in this DD 254 will be 1mposea. exchange ot ctassltlco mtormat1on over mformatton systems is subject to approval by the Designated Approving Authority.

Forward a copy of any DSS letter that infonns of any serious deficiency through MD A/ AB to MDA/DOSS within 48 hours of receipt. Any incident of possible compromise will be reported MDA/ AB to MDNDOSS within 24 hours.

Reference Item lO.a and ll.b: Contractor shall comply with the requirements of DoD 5220.22-M and National Security Agency/Central Security Service (NSA/CSS) Policy Manual Number (No.) 3- t 6, Control of COMSEC Material, dated 5 August 2005.

Reference Item lO.b: NISPOM requirements apply.

Reference Item 1 O.c: Written pcnnission from MDA/DOSS is required prior to authorizing CNWDJ access to a subcontractor. Processing or transmitting CNWDI is not authorized on a Local Area Network without system being CNWDI accredited by the Defense Security Service.

Continued on next page

14. ADDITIONAL SECURITY REQUIREMENTS. Ktqu1temcnts. io eddition to NISPOM rtquirenlCflt~ tr~ •st~blis~<d for IIi> <Ontr&<t. (lfYe>. i4cotify the po,ioer.t 0Yes uN~ contnetval cr&\lse5 in lhrt ~ontract doc:umcnt itself. or provf~t .,. aporopriAJe slatemat which identifies 1he acfdftioftll tU~uir~ments. Pro,;cre 1 tOlW o(thc I'QlUtrtntct~ts

to the> copiun1 s.eaarily ofr-ce Ust it<tm I l ifaMilioNI !(>~ i$ n~)

See Items 1 OJ and 11.1.

15. INSPECTIONS. El<mtnt> of this «>nlnc< are outside th• in1;>«1ion r<$ponsibilisy of the ~lli.unt scMisy ofli«. llfY<s. ••ploinltld idcntifyspcciflc atus or dorT.<nl$ oan·ed tM ~ y~ uNo tnd til<' ICIMtv t<S~><Miible f<>r inspe<tion'- Use u..., I) ifa~ditiot.JII$1*« is n•oded.)

MD A/DOSS will be responsible for reviewing and accepting Contractor's Unclassified LAN policy and procedures for use in processing BMDS Controlled Unclassified Information. See Block 13, Reference Items IO.j and I 1.1. 16. CERTIFICATION AND SIGNATURE. Seeurity requirements Slated beoein ateeomplt~~e on4 adequac~ for safeguArdingtheclusified iftfomtatlon to be ttltastclorgtt~etaled under this classified

cfl'<ln. All questions shall be ~remd so the official named below. .. TYPED NAME Of CERTIFYING OFFICIAL b. nn.e e. TEL~~~)~~ audtrd!l •= Cal I l(b)(6) I Contracting Officer's Industrial Security

Representative d. 1WO!\£SS (lroeN<!c Z!p C<><l<) 17. REQUIRED DISTRJBtJTlON ,.___ Missile Defense Agency (MDNDOSS) X • COl'oTRA(;l"()R

f---71 00 Defense Pentagon b. SUSCOl\'TAACTOR

f---Washington, DC 20301-7100 X <:. CoGNIZANC St:CURIT'I' OffiCE fOlt. PlUME AND SUilCOHTMCTOR

e. SICt-rATURE (b)(6) ~

d. U.S. ACTIVITY USPONSIBLE fOR OV£1\SEAS SECUIUTY ADMINISTAATION

NOV 2 1 :·oJ: X e. ii.!>MIMSTRA TIVE CONTRAcnNG OfFtCER

~

X ( OTHERS .AS :.IECESSARV MOAJDOSS & MOAfAB

00 Form 254. DEC 99

FOR OFFICIAL USE ONLY

SECURJTY GUIDANCE (BLOCK 13) CONTINUATION:

Reference Item lO.e (2): NISPOM requirements apply.

Reference Item lO.g: NISPOM requirements apply.

Reference Item lO.j: See For Official Use Only/Controlled Unclassified Information Supplement below. THIS REQUIREMENT WILL BE IMPOSED ON ALL SUBCONTRACTS.

Referente Item ll.c:

Aegis Ballistic Missile Defense (ABMD) SCG, Current Version. Aegis MK7 (Navy PEO SCAP) Current Version. Ballistic Missile Defense System (BMDS) Security Classification Guide (SCG)", Current Version. Ballistic Missile Defense Target Systems Security Classification Guide (SCG) w/Ch I, Current Version. Project Hercules SCG, Current Version. STRATCOM Integrated Missile Defense (IMD) SCG, Current Version. USNORTHCOM Ballistic Missile Defense (BMD) Operations SCG, Current Version. Other SCGs will be provided as required

Reference Item ll.d: Contractor is required to provide adequate storage and transportation for classified hardware to the level of SECRET when required . If the hardware is of such size or quantity that it cannot be safeguarded in a regular size approved storage container. use of a Closed Area or temporary storage area will be required.

Reference Item ll.f;

I . Contractor is not authorized to establish a contractor facility Outside the Continental United States (OCONUS) as part of this contract.

2. Travel OCONUS requiring access to classified information requires that the contractor's security clearance information be included as part of the Country Clearance.

Reference Item ll.j: Have Operations Security (OPSEC) Requirements.

This contract requires the application of Operations Security (OPSEC) in accordance with either specific instructions of the Contracting Officer's Representative, "H" Clause, or DO Fonn 1423, Contract Data Requirements List, DD Form 1664, Data Item Description.

I . The contractor supporting specific event-oriented activities wj]) develop OPSEC Plans/Annexe.~ when directed by the supported program, or comply with the program's OPSEC Plan/Annex.

2. Contractor personnel assigned will receive OPSEC Awareness Education and Duty-Related Training as deemed necessary by the Government or program supported.

3. OPSEC Awareness Education and Training will be provided or coordinated through government channels (for example: MDA, Interagency OPSEC Support Staff(IOSS), etc) and OPSEC protective measures (countenneasures) will be applied as directed by government or program sponsors.

4. Public release review processes will include an OPSEC review and certification prior to submission into MDA public review processes. Point of Contact information will be documented by personnel at the contractor and government sponsor level and accompany submissions for MDA/PA and MDA/DOSS coordination.

3

FOR OFFICIAL USE ONLY

Reference Item ll.J:

I. Contractor's Unclassified LAN

a. Contractor shall submit, and.obtain approval of, its procedures for protecting BMDS CU! from unauthorized access from both internal and external sources prior to placing BMDS CUI on the contractor's unclassified LAN. Use Office of Management and Budget (OMB) Circular A-!30, Revised, Management of Federal Information Resources, Novem ber 30, 2000 and DoD Directive 8100.2, "Use of Commercial Wireless Devices, Services, and Technologies in the Department of Defense (DoD) Global Infonnation Grid (OIG)," April 14,2004 as guidance documents.

b. LAN access to Controlled Unclassified Information, which includes BMDS CUI (access qualifies as an Automated Data Processing/Information Technology (ADP/IT)-111 Position requirement), must be limited to U.S. Persons (precludes access by individuals claiming dual citizenship without MDA/DOSS permission) that have a minimum interim SECRET level clearance; or have been the subject of a favorably completed National Agency Check (NAC) or a more stringent personnel security investigation (access pending completion ofNAC and final clearance detennination is subject to approval by MDA/DOSS); or contractor equivalent.

NOTE: Raytheon Company's Information Sy~tems Security Policies and Procedures and their Background Investigation Procedures have been approved to MOA. Each Raytheon Company location listed on this DD Form 254 shall obtain and comply with, any requirements imposed by the MDA Approval Letters. Raytheon shall flow the above requirements to subcontractors as appropriate.

(I) Contractor Equivalent: Contractor equivalent includes various background checks such as those performed by employers during hiring process. Minimum checks shall include Citizenship, Personal ldentification (Social Security Number), Criminal, and Credit. This option is subject to MD A/DOSS approval.

(2) ADP/JT-l!I Requirement For ADP/IT-111 positions at the contractor's facility, the contractor will forward their unclear~d employee information (completed SF 85P, Questionnaire for Positions of Public Trust, and two DD Fonns 258 (Fingerprint Cards), through the Contracting Officer's Representative, to: MDAIDOSS; ATTN: Personnel Security, 7100 Defense Pentagon, Washington, D.C. 20301-7100.

c. See the "For Official Use Only/Controlled Unclassified Information Supplement" below for additional guidance on handling that infonnation.

2. Publicly Accessible Internet Websites:

Contractors and subcontractor computer systems that provide public access via an Internet website shall contain only BMDS information that has been officially approved in writing for public release by MDA/PA.

Reference Item 12:

I. Proposed public disclosure of unclassified information relating to work under this contract shall be coordinated through the Organizational OPSEC Coordinator, to the MDA COR/Task Manager for submission to MDA Public Affairs (MDAJPA) for public release processing. ONLY information that has been favorably reviewed and authorized by the MDA Public Affairs Directorate (MDA/PA) may be disclosed. Information developed after initial approval for public release must be subm itted for review and processing.

4

FOR OFFICIAL USE ONLY

2. Contemplated visits by public media representatives in reference to this contract shall receive prior approval from the MDA COR and from MDAIPA.

3. Critical technology subject to the provisions of DoD Directives 5230.24, "Distribution Statements on Technical Documents," and 5230.25, "Withholding ofUnclassitied Technical Data from Public Disclosure," shall be reviewed in accordance with established directives.

4. A request from a foreign government, or representative thereof, including foreign contractors, for classified and/or unclassified information in reference to this contract shalf be forwarded to the MDA Se<:urity and Program Protection Division (MDA/DOSS) for review and appropriate action.

Reference Item 14:

I. All special security concepts/requirements and plans including those for System Security Engineering development, protective countermeasures, storage, and/or transportation of CPl program material must be coordinated with MDA/DOSS prior to implementation, to ensure adequate asset protection. Overall concept plans may be submitted for coordination/approval for the transportation and protection of any Boost, Midcourse, Tenninal, Sensor, or Battle Management, Command and Control (BMC2) CPI to cover development, testing, and deployment.

2. Compliance with OPSEC measures imposed by the program su·pported or by documents generated by MD A/DOSS will be necessary. OPSEC program activity will be lAW DoDD 5205.02, Operations Security (OPSEC) Program. March 6. 2006 and MUA 0-5205.02-INS. MDA Operations Security (OPSEC) Program. OPSEC requirements will be imposed on all subcontractors. Contractor personnel assigned will receive annual OPSEC Awareness and duty-related training as required by the government.

3. Program Protection Plan requirements shall be applied and reviewed by MDA/DOSS for ALL locations where Critical Program lnfonnation (CPI) is developed, produced, analyzed, maintained, transported, stored, tested, or used in training. · ·

5

FOR OFFICIAL USE ONLY

FOR OFFICIAL USE ONLY I BMDS CONTROLLED UNCLASSIFIED INFORMATION SUPPLEMENT

I. Definitions.

a. Ballistic Missile Defense System Controlled Unclassified Information CBMDS CUll. MDAIBMDS Unclassified information associating specific t~hnologies to components, sub-systems or systems revealing sensitive configurations of a sub-system or system; identification of out-year· funding or redirection of funds to specific components or projects revealing are-prioritization of program direction; or infonnat ion revealing sensitive BMDS plans, intentions, or activities relating to BMDS operations or contingencies. Examples: I) Unclassified information that, if not protected, could lead to revealing classified Critical Program Information. 2) lnfonnation that identifies the number of components intended to be configured that would make up the operational Field of View of an interceptor thus potentially leading to concluding the Instantaneous Field of View. 3) MDAIBMDS infrastructure information revealing the location of sensitive areas, the facility protective measures, information disclosing infrastructure or security operations, h~tnn or damage to persons, systems. utilities, or facilities, that are not otherwise eligib le for classifi cation under Execut ive Order 12958, as amended. BMDS CUI meets the requirement of Controlled. Unclassified Information, as defined below, requiring protection during disseminat ion.

b. ControJled Unclassified Information (CUI). Unclassified inf9nnation which requires access and distribution limitations prior to appropriate coordination and an official determination by cognizant authority approving clearance of the information for release to one or more foreign governments or international organizations, or for official public release. lt includes BMDS CUI or other information marked, or that is eligible for marking, as "For Official Usc Only" (FOUO) in accordance with DoD 5400.7~R; technical information as d iscussed in DoD 5230.24 and 5230.25; information that is subject to export controls in accordance w ith the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR); sensitive information as defined in the Computer Security Act of 1987, or other qualifying information as identified in DoD 5200. l ~R.

c. Dual Citizenship. A dual citizen is a citizen oftwo nations. For the purposes of this document, an individualll)ust have taken an action to obtain or retain dual citizenship. Citizenship gained as a result of birth to non-U.S. parents or by birth in a foreign country to U.S. parents thus entitling the individual to become a citizen of another nation does not meet the criteria of this document unless the individual has taken action to claim and to retain such citizenship.

d. For Official Use Onlv {FOUQ}. Information that may be withheld from public disclosure under one or more of the 9 exemptions of the Freedom of Information Act (FOrA) (See DOD 5400.7-R). FOUO is not a form of classification to protect U.S. national security interests.

e. National ofthe United States. Title 8, U.S.C. Section 1IOI(a)(22), defines a National ofthe United States as:

(I) A citizen of the United States, or,

(2) A person who, though not a citizen of the United States, owes permanent allegiance to the United States.

NOTE: 8 U.S.C. Section 1401, paragraphs (a) through (g), lists categories of persons born in and outside the United States or its possessions that may qualify as Nationals and Citizens of the United States. This subsection should be consulted when doubt exists as to whether or not a person can qualify as a National ofthe United States.

6

FOR OFFICIAL USE ONLY

f. Personal Information. Information about an individual that is intimate or private to the individual, as distinguished from information related to the individual's official functions or public life.

g. PrjvaQy Act. The Privacy Act of 1974, as amended, 5 U .S.C. Section 552a.

h. U.S. Person. Any form of business enterprise or entity organized, chartered, or incorporated under the laws of the United States or its possessions and trust territories and any person who is a citizen or national (see National of the United States) of the United States, or pennanent resident of the United States under the Immigration and Nationality Act.

2. General.

a. The FOIA requires U.S. Government offices to disclose to any requestor information resident in U.S. Government tiles unless the infonnation falls under one of9 exemption categories. BMDS CUI and other information may fall in this category.

b. BMDS CUI in the hands of contractors may not be released to the public by the contractor unless (a) the Contracting Officer's Representative (COR) concurs, (b) it has been reviewed by The Information Safeguards Branch, and (c) wrinen approval has been provided by MDA/PA.

c.&£m.

(I) Access to BMDS CUI must be limited to U.S. Persons (precludes access by individuals claiming dual citizenship without MDAJDOSS permission) unless the access is authorized by MDA/DOSS or, in the case oftechnical data as defined by the ITAR, the access is covered by a Technical Assistance Agreement or other form of duly licensed export. This requirement does not apply to use of commercial off the shelf (COTS) equipment and services that do not have export limitations.

(2) Non-Sensitive Positions {ADP/IT-IIT position~). Non-sensitive positions associated with BMDS CUI are found at contractor facilities processing BMDS CUI on their (contractor's) unclassified computer systems. Personnel nominated to occupy ADP/IT-llJ designated positions (applies to any individual that may have access to BMDS CUI on the contractor's computer system) must have at least a National Agency Check (NAC) or contractor equivalent (company hiring practices reviewed and approved by MD A/DOSS). When "contractor equivalent" option is NOT authorized and there is no record of a valid investigation, the contractor shall forward the employee information (completed SF SSP. "Questionnaire for Positions of Public Trust," and two DD Forms 258 (Fingerprint Cards), through the Contracting Officer's Representative, to: MDNDOSS; ATTN: Personnel Security, 7100 Defense Pentagon, Washington, D.C. 20301-7100.

d.Jmoact of9/11/0 I. Listings and locations of critical infrastructure, lists of individuals, infonnation on security systems, and other information that may allow terrorists to target a facility have taken on greater significance. This type information is now protected as FOUO or, in many cases, is being classified.

3. Identification Markings.

a. An unclassified document that qualifies for FOUO marking, when marked, shall be marked "For Official Use Only" at the bottom of the page on the outside of the front cover (if any), on the first page, on each page containing FOUO infon11ation. on the back page and on the outside of the back cover (if any), centered at the bottom of the page. For convenience, all pages, even those that do not contain FOUO information, may be marked "For Official Use Only" in documents generated by an automated system.

7

FOR OFFICIAL USE ONLY

b. Individual pages within a classified document that contain both FOUO and classified infonnation shall be marked at the top and bottom with the highest security classification of infonnation appearing on the page. lndividual pages containing FOUO information but no classified infonnation shall be marked "For Official Use Only" at the top and bottom of the page (unless all pages are being marked with the highest overall security classification level).

c. All declassified MDA BMDS information is "unclassified official government infonnation" and requires of1icial MDA Security and Policy Review prior to official public release.

d. E-mails and other electronic files shall be marked in the same fashion as described for documents above, to tlte maximum extent possible.

4. Handling.

a. During any temporary sojourn of MDA Unclassified infonnation outside of the contractor controlled work space (residence, telework facility, hotel), the material must be stored in a locked room, drawer, filing cabinet, briefcase, or other storage device, so that access to the material by unauthorized individuals (i.e., family members, hotel staff, etc.) is prevented whenever untended by the contract employee.

(1) Long tenn task driven deadlines (in excess of five days) or the need to be able to perfonn official work while in an extended travel status on contract-driven business, require extended access to MDA Unclassified infonnation outside of"official" work spaces. When that happens, employees may request written approval from their supervisors to possess, work on, and store MDA Unclassified information in non-contractor facilities for a period of not more than thirty calendar days.

(2) Requests for extended possession, use, and storage of MDA Unclassified information outside of"official" work spaces (periods in excess of30 days) shall take the form of a Memorandum For Record (MFR) prepared by the employee which specifies the body ofinfonnation to be removed by listing the: title or subject matter; Program, Project, or Task being supported; general volume and format of the information concerned; and projected date of return. Addilionalty, the MFR shall contain a signature block for the supervisor to sign and date when approval is granted.

(3) The availability of supervisory copies of MFRs as described in this section may be an inspection item during Security Program Reviews conducted by the MDNDOSS staff.

(4) The affected employee shall keep the originally signed MFR in validation of authorization granted for the agreed tenn of use. The supervisor shall maintain a copy of the MFR with employee records for the same term.

(5) Requested extensions of supervisory authorization for employee possession, use, and storage of MDA Unclassified Information outside of"official" work spaces may be granted in incremental blocks of30 days each so long as the work-related requirement continues.

(6) All affected employees authorized to possess, use, and store MDA Unclassified infonnation outside of"official" work spaces must retum all MDA Unclassified information to contractor control upon "task" completion. When such a return has been completed, the supervisor shall annotate the date that all items were returned. The supervisor's copy shall be retained for a period of time, not to exceed one· year.

b. The above cxclutles unclassified infonnation of an administrative nature including necessary personnel recall rosters and official telephone lists which are needed by supervisors and employees to assure the physical security, safety, health, and general psychological well-being of the contractor work force.

8

FOR OFFICIAL USE ONLY

5. Transmission/Dissemination/Reproduction.

a. Authorized contractors, consultants and grantees may transmit/disseminate BMDS CUI internally to each other and to DoD components and officials of DoD components who have a legitimate need for the infonnation in connection with this contract. The MDA Chieflnformation Officer (CIO) has determined that encryption of external data transmissions ofBMDS CUI are now practical. The CIO has stated that Public Key Infrastructure (PKI) and Public Key (PK) enabling technologies are available and cost effective. The following general guidelines apply:

(I) In accordance with DoD 5200.1-R, Appendix JD, external electronic data transmissions of CUUFOUO should be only over secure communications means approved for transmission of such infonnation, whenever practical. Encryption of e-mail to satisfy this requirement shall only be accomplished by use of DoD-approved Public Key Infrastructure Certification available from: http://iase.disa.miVpki/ecalcertificate.html. The MDA Information Managemenj ~Technical Operations

· Directorate (M9A/DOC) PKI/Common Access Card (CAC) Point of Contact is ( 6) I l(b)(6)

(2) In accordance with DoD 5200.1-R, Appendix III, external electronic transmissions of BMDS CUI via voice, facs imile, or video teleconference shall be only over secure communications means approved for transmission of information wherever practical. Transmitting BMDS CUI via these means, without encryption requires prior written authorization by MDNDOC - Chief Information Officer (ClO).

b. Failure of the contractor to encrypt CUI introduces significant risks to the BMDS mission. Jt is essential for the contractor to understand the risks and mitigation options that are available. The contractor must understand that failure to encrypt BMDS CUI carries with it certain risks to the mission. These risks can be mitigated with the thoughtful applicat.ion of processes, procedures, and technology.

(I) Risks Include:

• Undermining our OPSEC efforts at a time that we begin to focus on implementing missile defense plans in Europe.

• The aggregation of CUI can communicate events and plans that may be classified (i.e., "classification by compilation").

• Not properly encrypting contributes to a lax security environment.

(2) Some of the available mitigation tools include:

• Approved DOD PKUCAC hardware token certificates or DOD trusted software certificates for encrypting data in transport

• Industry best practice of Virtual Private Network (VPN) lntel't:Jet Protocol Security (IPSEC) for intra-organization transport

• Industry best practice of Secure Sockets Layer Portal Web Services for document sharing and storage

• Approved DOD standard solutions for encrypting data at rest • Approved DOD E-Collaboration services via MDA Portal or Defense Information

Systems Agency (DISA) Network Centric Enterprise Services (NCES) • Any FJPS 140-2 validated encryption [e.g., IPSEC, Secure Socket Layer/Transport Layer

Security (SSLffLS), Secure/Multipurpose rntemet Mail Extensions (S/MIME} • Procure and employ Secure Telephone Unit/Secure Telephone Equipment (STUfSTE) • Procure and employ secure facsimile (FAX) capability • Utilize secure VTC capabilit ies • Hand-carry CUI • Utilize mailing through U.S. Postal Service • Utilize overnight e:<press mail services.

9

FOR OFFICIAL USE ONLY

c. The MDA CIO has taken the position that encryption technologies are readily available, easy to obtain, inexpensive, and practical to implement. Therefore, if the contractor believes there are perfonnance locations identified that cannot encrypt BMDS CUI, the contractor will provide within 120 days of contract signing, a list of those locations along with explanation as to why encryption is not practical. This list will be provided to the Procuring Contracting Officer (PCO) and Contracting Officer Representative for transmission to MDA/DOC (CIO) and MDAIDOSS. The MDA CIO will determine the acceptability of contractor submissions and will notify the PCO of any decisions regarding encryption.

d. BMDS CUI shall be processed and stored internally on Automated Information Systems (AIS) or networks I) when distribution is to an authorized recipient and 2) if the receiving ·system is protected by either physical isolation or a password protection system. Holders shall not usc general, broadcast, or universal e-mail addresses to distribute BMDS CUI. Discretionary access control measures may be used to preclude access to BMDS CUI files by users who are authorized system users, but who are not authorized access to BMDS CUI. External transmission ofBMDS CUI shall be secured using NlST­validated encryption.

e. The World Wide Web shall be equated with "Public Access." Information must be reviewed by MDAIPA and officially approved for publ ic release before it is placed on public!y-accessib!e Web pages or electronic bulletin boards. Contra<:tor personnel who maintain and post information on websites or web logs (BLOGS), and who provide OPSEC reviews of such, should receive OPSEC Awareness information that specifically addresses DoD guidance associated with these activit ies.

f. Do not mark shipping containers as containing BMDS CUI or FOUO.

g. Reproduction of BMDS CUI may be accomplished on unclassified copiers within designated government or contractor reproduction areas.

6. Storage. During working hours, BMDS CUI shall be stored in a manner that limits access by persons who do not have an official need for the infonnation. During non·working hours and when internal building security is provided, BMDS CUI may be filed with other unclassified records in unlocked files or desks. When there is no internal building security, locked buildings or rooms provide adequate after­hours protection, or the material can be stored in locked receptacles such as cabinets, desks, or bookcases.

7. Disposition.

a. When no longer needed, BMDS CUl shall be disposed of in the same manner as classified waste, or in a manner that will preclude reconstmction. To use the "preclude reconstmction" option, the fol1owing minimum standard must be met:

( I) Cross-<:ut shredder with a maximum width of l/4" and a maximum length of 1.5", or

(2) Strip shredder (or tearing/cutting) with a maximum width of t/4".

b. Removal of the FOUO or BMDS CUI status can only be accomplished by the government ·originator. The MDA COR shall review and/or coordinate with proper authority the removal ofFOUO or BMDS CUI status for lnfonnation in support of contract activity.

10

FOR OFFICIAL USE ONLY

N00024-07 -C-6119

ATTACHMENT 5

Manufacturing Components List

SM-3 Blk IA Manufacturing Components

SM-3 USN Blk IA Manufacturing Components

Part No.

l(b)(4)

Part Description

l(b)(4)

N00024-07 -C-6119

Qty

14

N00024-07 -C-6119

(b)(3):1 0 usc §130,(b)(3):1 0 usc §2305(g)

N00024-07 -C-611 9

(b)(3) 10 usc §130

N00024-07 -C-6119

SM-3 Program Schedule Ready for Issue and Review Dates

Deliverable Units CLIN 0001

Two (2) Jan-09 Five (5) Apr-09 Three (3) Jul-09 Eight (8) Jan-10 Nine (9) Apr-10 Three (3) MK 72 Jul-09 Three (3) MK 72 Aug-09 Four (4) MK 72 Sep-09 Four (4) MK 72 Oct-09

CLIN 0003

Nine (9) Sep-10

Six (6) Dec-10 Nine (9) Feb-11

CLIN 0004 Six ( 6) Minimum of 4 FfRs . Jul-11 One (1) Sep-11 Six (6) Feb-12 *Two (2) Jul-12 *Two (2) Aug-12 *One (1) Sep-12 *Note: Not eligible for schedule incentive

CLIN 0005 One (1) Oct-08 Eight (8) Dec-08

CLIN 0007 One (1) Sep-09 Eight (8) Oct-09

CLIN 0009 One (1) Sep-10 Eight (8) Oct-10

CLIN 0012 Thirteen (13) Dec-09

CLIN 0013 US Spares (1 Lot) Sep-11

CLIN 0014 FMS Spares (1 Lot) Sep-14

CLIN 0016 One (1) FfR May- 12 One (1) FTR Jun-12 Five (5) FfRs Oct-12 Eight (8) FfRs Jan-13 Five (5) FTRs Apr-13

CLIN 0018 One (1) Dec-13

CLIN 0019 Two (2) FfRs & Nine (9) Dec-13 Eleven (11) Apr-14

CLIN 0021 FMS Spares (1 Lot) Dec-13

CLIN 0022 FMS 10M Sep-11

CLIN 0024 Three (3) FfRs Dec-13 Six (6) FfRs Jan-14 Five (5) Tactical Apr-14

CLIN 0025 2FTR Sep-14 12 Tactical Sep-14

AU Rounds by variant must be delivered in sequential order. Different missile variants being built in parallel do not impact the schedule incentives of the other variant. If Raytheon does not meet the delivery schedule as stated in Attachment 6, Raytheon forfeits the delivery incentive associated with that milestone. In order to achieve the delivery incentive for the subsequent milestone, the. rounds from the missed delivery milestone must be delivered first, and then the rounds for the subsequent milestone must be delivered by the due date. If Raytheon delivers for a particular milestone. a partial delivery> then Raytheon will be. eligible for the delivery incentive for that partial delivery. Delivery dates are the last day of the month unless otherwise specified. If that date falls on a weekend or a federal holiday, then the holiday, than the due date is the next working day. *If the delivery schedule for CLIN 0024 is not achieved then Raytheon will default to the following: January 2014 Seven (7) FTRs, April2014 . Two (2) FTRs and Five (5) Tactical. If this deliver schedule is. acheived a delivery incentive fee of~ which will result in an amount of (b)(

4) wiU be applied. If

neither schedule. is met Raytheon forfeits the delivery incentiave fee associated with that milestone. All CLIN 0016 rounds must be delivered prior to CLIN 0024 rounds.

N00024-07 -C-6119

(b)(3):1 0 usc §130,(b)(3):1 0 usc §2305(g)

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

Part Numbers Description (b)(3):1 0 usc §130

Transfers of Common Material from CLIN 0004 to CLIN 0016

Supplier Qty

12 12 12 12 12 12 12 12 12 12 12

12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 24

12 12 12 12 12 12

Transfers of Common Material from CLIN 0004 to CLIN 0016

(b)(3) 10 usc§ 130 48 12

12 24 24 12 12 12 12 24 12 12 48 12 12 12 12 48 48 24 12 12 12 24 12 12 12 12 12 13

Part Numbers Description {b){3) 10 usc §130

Tranter from Tll-6 to CLIN 0004

Supplier Qty

12 13

12

14 14 14 14 14 14 14 14 14 12 12 12 12 12 12 25

Attachment 9

GFE/GFM List

N00024-07 -C-6119

ATTACHMENT 9

Government Furnished Equipment and Material

GFE/GFM List

May 2013

N00024-07-C-6119

GOVERNMENT -FURNISHED PROPERTY (PERFORMANCE)

The Government shall provide only that property set forth below, notwithstanding any term or condition of this contract to the contrary. Upon contractor's written request to the cognizant Technical Program Manager, via the cognizant Defense Contract Administration Office, the Government will furnish the following for use in the performance under Attachment 17 - Block lA Configuration, Attachment 19 - Block lA FMS Configuration, and Attachment 23 - Block IB Missile Configuration of the contract.

GOVERNMENT-FURNISHED PROPERTY {INCORPORATION)

The Government will provide only that property set forth below, notwithstanding any term or condition of this contract to the contrary. Upon Contractor's written request to the cognizant Technical Program Manager, via the cognizant Defense Contract Administration Office, the. Government will furnish. the following for incorporation in the equipment to be delivered under Attachment 17 - Block lA Missile Configuration, Attachment 19 - Block lA FMS Missile Configuration, and Attachment 23 - Block IB Missile Configuration of the contract.

CLAIMS FOR DEFICIENT GOVERNMENT FURNISHED PROPERTY

Notwithstanding the terms of any other clause of this contract relating to Government Furnished Property, materials, components, subassemblies, units, subsystems, or systems manufactured, assembled, and delivered by the Contractor, its subsidiaries or subcontractors to the Government under prior or concurrent Government contracts, shall be the sole responsibility of the Contractor and shall not be the subject of claims or other equitable adjustments for deficient Government Furnished Property, whether provided for incorporation or facilities use. Property delivered from Government­controlled inventory shall be inspected by the Contractor to verify condition and suitability for use, and any deficiencies reported to the Contracting Officer will not be the responsibility of the Contractor. Further, the Contractor agrees that late delivery of Government Furnished Property for incorporation and facilities use under this contract shall not be the subject of claims or other requests for equitable adjustment, if the late delivery is due to late delivery from the Contractor, its subsidiaries or subcontractors. The Contractor expressly agrees that it is responsible for the adequacy, suitability, performance, and timely delivery of those items noted above provided by the Government under this. contract.

RENT -FREE USE OF GOVERNMENT PROPERTY

The Contractor may use on a rent-free, non-interference basis, as necessary for the performance of this contract, the Government property accountable under any STANDARD MISSILE (SM) or Evolved Sea Sparrow Missile (ESSM) contract(s) awarded by NAVSEA or the Missile. Defense Agency (MDA) to the. Contractor. The Contractor is responsible for scheduling the use of all property covered by the above referenced contract(s) and the Government shall not be responsible for conflicts, delays, or disruptions to any work performed by the Contractor due to use of any or all of such property under this contract or any other contracts under which use of such property is authorized.

If the Government limits. or terminates. the Contractor's authority to use the above referenced property and the Government's action affects the Contractor's ability to perform this contract, then an equitable adjustment shall be made in accordance with the terms and conditions of the "CHANGES" clause of this contract; provided, however, that if the. limitation or termination is due. to failure by the. Contractor to perform its obligations under the above referenced contract(s), the Contractor shall be entitled only to such adjustment as the Contracting Officer determines to be appropriate under the circumstances.

INCORPORATION

Description I Part # QTY SPARE Re<tuired Location CLIN/TI Comments Date

Missile Components (b)(3):10 usc §130 27 6/08 Camden CLINl

27 Camden 27 Camden

27 Camden

22 9/5/07 Andover CLIN l

28 5/07 E!Segundo CLIN 1

Description I Part # ,I QTY SPARE Re<tuired Location CLIN/TI Comments Date

(b)(3):10 usc §130

24 2/lO Camden CLIN3 24 Camden 24 Camden

24 Camden

26 5/15/09 Andover CLIN3

25 5/07 E!Segundo CLIN 3

Description I Part # QTY SPARE Re<tuired Location CLIN/TI Comments Date

(b)(3):10 usc §130

18 2112 Camden CLIN4 18 Camden 18 Camden

18 Camden

0

Description I Part# QTY SPARE Required Location CLINfl'I Comments Date

(b)(3):1 0 usc §130

9 3/08 Camden CLIN5 9 Camden 9 Camden

9 Camdetl

0 Andover. CLIN5 FMS.

10 5/07. EJ.Segundo CLIN5

Description l Part.# QTY SPARE Required Location CLINfl'I Comments Date.

(b)(3) 10 usc §130

9 3/09 Camden CLIN7 9 Camden 9 Camden

9 Camden

0 Andover CLIN7 FMS

10 5106 EI Segundo CLIN7

Description l Part# QTY SPARE Required Location CLINffl Comments Date

(b)(3):10 usc §130

9 11109' Camden CLIN9 9 Camden 9 Camden

9 Camden.

0 Andover CLIN9 FMS

10 1/09 El Segundo CLIN9

Description I Part # QTY SPARE Required Location CLINffl Comments Date

(b)(3):10 usc §130

20 5111 Huntsville CLIN I6 20 Huntsville 20 Huntsville

20 Huntsville

20 2 2/10 Andover CLIN 16

Description I Part# QTY SPARE Required Location CLIN/TI Comments Date

(b)(3) 10 usc §130

I 3/13 Camden CLIN 18 I Camden l Camden

1 Camden.

I 4/12 Andover CLIN I8

I 1/12 El Segundo CLIN 18

Description I Part. # QTY SPARE Required Location CLINITI Comments Date

(b)(3):1 0 usc §130

22 4/13 Huntsville CLIN I9 22 Huntsville 22 Huntsville

22 Huntsville

24 4/12 Andover CLIN 19

25 1/12 El Segundo CLIN I9

Description I Part Number Quantity I SPARE I Required I Location I CLINITI I Comments date

(b)(3)1 0USC§130

I 1

I 3/11

I Camden I CLIN 21 I FMS

Description j Part # QTY SPARE Required Location CLIN/TI Comments Date

(b)(3):1 0 usc §130

14. 12/13 Huntsville. CLIN 24 14 Huntsville 14 Huntsville.

14 Huntsville.

15. 11/12 Andover CLIN 24

Description I Part# QTY SPARE Required Location CLIN/TI Comments Date

(b)(3)10 USC§130

14. 12/13 Huntsville. CLIN 25. 14 Huntsville 14 Huntsville.

14 Huntsville.

2 7/13 Andover. CLIN25.

15 7113. EJ. Segundo CLIN25.

Description I Part# QTY SPARE Required Location CLIN/TI Comments Date

(b)(3):10 usc §130

4. Huntsville. CLIN26. 4. Huntsville 4. Huntsville.

4 Huntsville.

4 2. Andover. CLIN 26.

N00024-07 -C-6119

ATTACHMENT 10

MD 57104A "STANDARD Missile Program Quality & Systems Engineering, Quality & Reliability Provisions"

(b)(3):1 0 usc §130,(b)(5)

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §2305(g)

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

(b)(3):1 0 usc §130

Pages 189-196

Referred to Navy

for direct response

to requester

BlakeAC
Typewritten Text
189
BlakeAC
Typewritten Text
Attachment 11
BlakeAC
Typewritten Text
BlakeAC
Typewritten Text

Pages 189-196

Referred to Navy

for direct response

to requester

BlakeAC
Typewritten Text
190
BlakeAC
Typewritten Text
Attachment 11

Pages 189-196

Referred to Navy

for direct response

to requester

BlakeAC
Typewritten Text
BlakeAC
Typewritten Text
191
BlakeAC
Typewritten Text
Attachment 11

Pages 189-196

Referred to Navy

for direct response

to requester

BlakeAC
Typewritten Text
192
BlakeAC
Typewritten Text
Attachment 11

Pages 189-196

Referred to Navy

for direct response

to requester

BlakeAC
Typewritten Text
BlakeAC
Typewritten Text
193
BlakeAC
Typewritten Text
Attachment 11

Pages 189-196

Referred to Navy

for direct response

to requester

BlakeAC
Typewritten Text
194
BlakeAC
Typewritten Text
Attachment 11

Pages 189-196

Referred to Navy

for direct response

to requester

BlakeAC
Typewritten Text
BlakeAC
Typewritten Text
BlakeAC
Typewritten Text
195
BlakeAC
Typewritten Text
Attachment 11

Pages 189-196

Referred to Navy

for direct response

to requester

BlakeAC
Typewritten Text
196
BlakeAC
Typewritten Text
Attachment 11

N00024-07- C- 6119

ATTACHMENT 12

SM-3 ALL-UP-ROUND (AUR)

Processing and Recertification Requirements

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

Attachment 13

Data Rights

N00024-07 -C-6119

(b)(3):1 0 usc §130,(b)(4),(b)(5)

(b)(3):1 0 usc §130,(b)(4),(b)(5)

(b)(3):1 0 usc §130,(b)(4),(b)(5)

(b)(3):10 usc §130,(b)(4),(b)(5)

N00024-07 -C-6119 WBS Dictionary

Page 1 of9

(b)(3):10 usc §130,(b)(4),(b)(5)

N00024-07 -C-6119 WBS Dictionary

Page 2 of9

(b)(3) 10 usc §130,(b)(4),(b)(5)

N00024-07 -C-6119 WBS Dictionary

Page 3 of9

(b)(3):10 usc §130,(b)(4),(b)(5)

N00024-07 -C-6119 WBS Dictionary

Page 4 of9

(b)(3):10 usc §130,(b)(4),(b)(5)

N00024-07 -C-6119 WBS Dictionary

Page 5 of9

(b)(3):1 0 usc §130,(b)(4),(b)(5)

N00024-07 -C-6119 WBS Dictionary

Page 6 of9

(b)(3):10 usc §130,(b)(4),(b)(5)

N00024-07 -C-6119 WBS Dictionary

Page 7 of9

(b)(3):1 0 usc §130,(b)(4),(b)(5)

N00024-07 -C-6119 WBS Dictionary

Page 8 of9

(b)(3) 10 usc §130,(b)(4),(b)(5)

N00024-07 -C-6119 WBS Dictionary

Page 9 of9

ATTACHMENT 16 CONTRACT NO. N00024-07-C-6119

ROD

(1)

Jan 09

Apr 09

Jul09

Jul09

Aug 09

Sep09

SHIPPING INSTRUCTION DATA NA VSEA 4336/1 (REV. 6-90) AWARD

ACRN

(2)

CLIN/ SUN (3)

0001

0001

0001

0001

0001.

0001.

SHIPPING INSTRUCTION DATA

July 2013

QTY SHIP TO AND MARK FOR

(4) (5)

2 IN PLACE, AUR FACILITY CAMDEN AR -(SUPPORTS IN CONUS SHIPMENTS FOR. AUR ASSEMBLY)

5 IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

3 IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

3 IN PLACE, AUR FACILITY, MK CAMDEN, AR -(SUPPORTS IN 72 CONUS SHIPMENTS FOR AUR

ASSEMBLY)

3 IN PLACE, AUR FACILITY,. MK CAMDEN, AR - (SUPPORTS IN 72 CONUS SHIPMENTS FOR. AUR

ASSEMBLY)

4 IN PLACE, AUR FACILITY,. MK CAMDEN, AR -(SUPPORTS IN 72 CONUS SHIPMENTS FOR AUR

ASSEMBLY)

ADDRESS TAC MILSTRIP CODE

(6) (7) (8)

097257 N78P TBD

097257 N78P TBD

097257 N78P TBD

097257 N78P TBD

097257 N78P TBD.

097257 N78P TBD.

NOTE FOR REQUIRED DELIVERY DATE (ROD): DAC = CALENDAR DAYS AFTER CONTRACT

MAC = MONTHS AFTER CONTRACT AWARD MAOE = MONTHS AFTER OPTION EXERCISE

ATTACHMENT 16 CONTRACT NO. N00024-07-C-6119

ROD

(1)

Oct 09

Jan 10

Apr10

Sep 10

Dec 10

SHIPPING INSTRUCTION DATA . NA VSEA 4336/1. (REV. 6-90) AWARD

ACRN

(2)

CLIN/ SUN (3)

0001

0001

0001

0003

0003

SHIPPING INSTRUCTION DATA

July 2013

QTY SHIP TO AND MARK FOR ADDRESS TAC MILSTRIP CODE

(4) (5) (6) (7) (8)

4 IN PLACE, AUR FACILITY, 097257 N78P TBD MK CAMDEN, AR -(SUPPORTS IN 72 CONUS SHIPMENTS FOR AUR

ASSEMBLY)

8 IN PLACE, AUR FACILITY, 097257 N78P TBD CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

9 IN PLACE, AUR FACILITY, 097257 N78P TBD CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

9 IN PLACE, AUR FACILITY, 097257 N78P TBD CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

6 IN PLACE, AUR FACILITY, 097257 HOME TBD CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

..... NOTE FOR REQUIRED DELIVERY DATE (ROD): . . DAC = CALENDAR DAYS AFTER CONTRACT

MAC = MONTHS AFTER CONTRACT AWARD MAOE = MONTHS AFTER OPTION EXERCISE

ATTACHMENT 16 CONTRACT NO. N00024-07-C-6119

ROD

(1)

Feb 11

Jul1 1

Sep 11

Feb 12 July 12 Aug 12 Sept12

Dec OS

Dec OS

SHIPPING INSTRUCTION DATA NA VSEA 4336/ 1 (REV. 6-90) AWARD

ACRN

(2)

CLIN/ SUN (3)

0003

0004

0004

0004

0005

0005

SHIPPING INSTRUCTION DATA

July 2013

QTY SHIP TO AND MARK FOR ADDRESS TAC MILSTRIP CODE

(4) (5) (6) (7) (8)

9 IN PLACE, AUR FACILITY, 097257 HOME TBD CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

6 IN PLACE, AUR FACILITY, 097257 HOME TBD CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

1 IN PLACE, AUR FACILITY, 097257 HOME TBD CAMDEN, AR - (SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

6 IN PLACE. AUR FACILITY, HOME TBD 2 IN PLACE. AUR FACILITY, 2 IN PLACE. AUR FACILITY, 1 IN PLACE, AUR FACILITY,

1 IN PLACE, AUR FACILITY, 097257 N78P TBD CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

8 IN PLACE, AUR FACILITY, 097257 N78P TBD CAMDEN, AR -(SUPPORTS IN CONUS. SHIPMENTS FOR AUR ASSEMBLY)

NOTE FOR REQUIRED DELIVERY DATE (ROD): DAC = CALENDAR DAYS AFTER CONTRACT

MAC = MONTHS AFTER CONTRACT AWARD MAOE = MONTHS AFTER OPTION EXERCISE

ATTACHMENT 16 CONTRACT NO. N00024-07-C-6119

ROD

(1)

Sep09

Oct 09

SHIPPING INSTRUCTION DATA . NA VSEA 4336/ 1. (REV. 6-90) AWARD

ACRN

(2)

CLIN/ SUN (3)

0007

0007

SHIPPING INSTRUCTION DATA

July 2013

QTY SHIP TO AND MARK FOR ADDRESS TAC MILSTRIP CODE

(4) (5) (6) (7) (8)

1 IN PLACE, AUR FACILITY, 097257 N78P TBD CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

8 IN PLACE, AUR FACILITY, 097257 N78P TBD CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

..... NOTE FOR REQUIRED DELIVERY DATE (ROD): . . DAC = CALENDAR DAYS AFTER CONTRACT

MAC = MONTHS AFTER CONTRACT AWARD MAOE = MONTHS AFTER OPTION EXERCISE

ATTACHMENT16 CONTRACT NO. N00024-07-C-6119

ROD

(1)

Sep 10

Oct 10

Sep 11

Sep 14

May 12

Jun 12

SHIPPING INSTRUCTION DATA NA VSEA 4336/ 1 (REV. 6·90)

ACRN

(2)

SHIPPING INSTRUCTION DATA

J July 2013

CLIN/ QTY SHIP TO AND MARK FOR SUN (3) (4) (5)

0009 1 IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

0009 8 IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

0013 1 Lot IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR INITIAL SPARES)

0014 1 Lot IN PLACE, AUR FACILITY, CAMDEN,. AR.- (SUPPORTS IN CONUS. SHIPMENTS FOR INITIAL SPARES JA-P-FOV CASE)

0016 1 IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

0016 1 IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

•coNTRACTOR WILL NOTIFY ACO SEVEN (7) DAYS IN ADVANCE WITH DELIVERY LOCATION AND APPROPRIATE DODAAC CODE WILL BE UTILIZED

ADDRESS TAC MILSTRIP CODE

(6) (7) (8)

097257 N78P TBD

097257 N78P TBD

097257 HOME TBD

097257 P487. TBD

097257 HOME TBD

097257 HOME TBD

NOTE FOR REQUIRED DELIVERY DATE (ROD): DAC = CALENDAR DAYS AFTER CONTRACT AWARD MAC = MONTHS AFTER CONTRACT AWARD MAOE = .. MONTHS AFTER OPTION. EXERCISE

ATTACHMENT16 CONTRACT NO. N00024-07-C-6119

ROD

(1)

Oct 12

Jan 13

Apr13

Dec 13

Dec 13

Apr14

SHIPPING INSTRUCTION DATA NA VSEA 4336/ 1 (REV. 6·90)

ACRN

(2)

SHIPPING INSTRUCTION DATA

J July 2013

CLIN/ QTY SHIP TO AND MARK FOR SUN (3) (4) (5)

0016 5. IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

0016 8 IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

0016 5 IN PLACE, AUR FACILITY, CAMDEN, AR -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

0018 1. IN PLACE, AUR FACILITY, CAMDEN,. AR.- (SUPPORTS IN CONUS. SHIPMENTS FOR AUR ASSEMBLY)

IN PLACE, AUR FACILITY, 0019 11 Redstone Arsenal, AL

-(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

IN PLACE, AUR FACILITY, 0019 11 Redstone Arsenal, AL

-(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

•coNTRACTOR WILL NOTIFY ACO SEVEN (7) DAYS IN ADVANCE WITH DELIVERY LOCATION AND APPROPRIATE DODAAC CODE WILL BE UTILIZED

ADDRESS MILSTRIP CODE

(6) (8)

097257 HOME TBD

097257 HOME TBD

097257 HOME TBD

097257 HOME TBD

095222 HOME TBD

095222 HOME TBD

NOTE FOR REQUIRED DELIVERY DATE.(RDD): DAC = CALENDAR DAYS AFTER CONTRACT AWARD MAC = MONTHS AFTER CONTRACT AWARD MAOE = .. MONTHS AFTER OPTION. EXERCISE

ATTACHMENT16 CONTRACT NO. N00024-07-C-6119

Dec 13.

Sep 11

Dec 13

Jan 14

Apr14

SHIPPING INSTRUCTION DATA .. NA VSEA 4336/ 1 (REV. 6·90)

SHIPPING INSTRUCTION DATA

J July 2013

0021 1 IN PLACE, AUR FACILITY, Lot CAMDEN, AR -(SUPPORTS IN.

CONUS SHIPMENTS FOR INITIAL SPARES JA-P-FON CASE)

0022 1 IN PLACE, AUR FACILITY, Lot CAMDEN, AR -(SUPPORTS IN

CONUS SHIPMENTS FOR INITIAL SPARES JA-P-FPP & JA-P-CAW CASES)

0024 3 IN PLACE, AUR FACILITY, Redstone Arsenal , AL -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

0024 6 IN PLACE, AUR FACILITY, Redstone Arsenal, AL -(SUPPORTS IN CONUS SHIPMENTS FOR. AUR ASSEMBLY)

0024 5 IN PLACE, AUR FACILITY, Redstone Arsenal, AL -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

.. •coNTRACTOR WILL NOTIFY ACO SEVEN (7) DAYS .... IN ADVANCE WITH DELIVERY LOCATION AND APPROPRIATE .

DODAAC CODE WILL BE UTILIZED

097257 P686 TBD

097257 PFPP TBD PCAW

095222 HOME TBD

095222 HOME TBD

095222 HOME TBD

NOTE FOR REQUIRED DELIVERY DATE (ROD): .. DAC = CALENDAR DAYS AFTER CONTRACT AWARD

MAC = MONTHS AFTER CONTRACT AWARD MAOE = MONTHS AFTER OPTION EXERCISE

ATTACHMENT16 CONTRACT NO. N00024-07-C-6119

Sept 14

TBO

SHIPPING INSTRUCTION DATA NA VSEA 4336/ 1 (REV. 6·90)

SHIPPING INSTRUCTION DATA

J July 201 3

0025 14 IN PLACE, AUR FACILITY, Redstone Arsenal, AL -(SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY)

0026 4 IN PLACE, AUR FACILITY, Redstone Arsenal, AL (SUPPORTS IN CONUS SHIPMENTS FOR AUR ASSEMBLY

•coNTRACTOR WILL NOTIFY ACO SEVEN (7) DAYS IN ADVANCE WITH DELIVERY LOCATION AND APPROPRIATE DODAAC CODE WILL BE UTILIZED

HOME TBO Q95222

Q95222 HOME TBO

NOTE FOR REQUIRED DELIVERY DATE (ROD): DAC = CALENDAR DAYS AFTER CONTRACT AWARD MAC = MONTHS AFTER CONTRACT AWARD MAOE = .. MONTHS AFTER OPTION. EXERCISE

COST AND SOFTWARE DATA REPORTING PLAN Form Approved

OMB No. 0704-0188

The public reporting burden for this collection of information is estimated to average 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing the burden, to Department of Defense, Executive Services Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a collection of information if it does not display a currently valid OMB control number.

1a. PROGRAM (MDAP) 1b. PRIME MISSION PRODUCT

Aegis BMD SM-3 Missile

3. SUBMISSION TYPE

X jiNITIAL jcHANGE 6a. POINT OF CONTACT (POC) NAME AND ADDRESS (Include ZIP Code)

l(b}(6}

I

(b}(3}:10 usc §130,(b)(4},(b}(5}

a. b. PROGRAM CONTRACT

7.9.2 1.0 7.9.2.1 /7.9.2.6 1 .1 7.9.2.1/7.9.2.6 1.1 .1 7.9.2.1/7.9.2.6 1.1.2 7.9.2.1/7.9.2.6 1.1.3 7.9.2.1/7.9.2.6 1.1.3.1 7.9.2.1 /7.9.2.6 1.1.3.2 7.9.2.1 /7.9.2.6 1.1.3.3 7.9.2.1/7.9.2.6 1.1 .4 7.9.2.1 /7.9.2.6 1 .1 .4. 1 7.9.2.1 /7.9.2.6 1 .1 .4. 1 .1 7.9.2.1 /7.9.2.6 1 .1.4.1.2 7.9.2.1 /7.9.2.6 1.1.4.1.3 7.9.2.1 /7.9.2.6 1.1.4.1.4 7.9.2.1 /7.9.2.6 1.1.4.1.4.1 7.9.2.1 /7.9.2.6 1 .1.4.1.4.2 7.9.2.1 /7.9.2.6 1 .1.4.1.4.3 7.9.2.1/7.9.2.6 1.1 .4.1.5 7.9.2.1/7.9.2.6 1.1.4.1.6 7.9.2.1/7.9.2.6 1.1 .4.1.7 7.9.2.1/7.9.2.6 1.1.4.2 7.9.2.1/7.9.2.6 1.1.4.2.1 7.9.2.1/7.9.2.6 1.1.4.2.2 7.9.2.1/7.9.2.6 1.1.4.2.2.1 7.9.2.1 /7.9.2.6 1 .1.4.2.2.2 7.9.2.1 /7.9.2.6 1 .1.4.2.2.3 7.9.2.1 /7.9.2.6 1 .1.4.2.3 7.9.2.1 /7.9.2.6 1.1.4.2.4 7.9.2.1 /7.9.2.6 1 .1.4.2.5 7.9.2.1 /7.9.2.6 1 .1.4.2.6 7.9.2.1/7.9.2.6 1.1.5 7.9.2.1 /7.9.2.6 1 .1.5.1 7.9.2.1 /7.9.2.6 1.1.5.1.1 7.9.2.1 /7.9.2.6 1.1.5.1.1.1 7.9.2.1 /7.9.2.6 1 .1.5.1.1 .1 .1 7.9.2.1 /7.9.2.6 1 .1.5.1.1 .1 .1 .1 7.9.2.1 /7.9.2.6 1.1.5.1.1.1.1.1.1 7.9.2.1 /7.9.2.6 1.1.5.1.1.1 .1.1.2 7.9.2.1/7.9.2.6 1.1.5.1.1.1 .1.1.2.1 7.9.2.1/7.9.2.6 1.1.5.1.1.1 .1.1.2.2 7.9.2.1/7.9.2.6 1.1.5.1.1.1 .1.2 7.9.2.1/7.9.2.6 1.1.5.1.1.1 .1.3 7.9.2.1/7.9.2.6 1.1 .5.1.1.1 .1.4 7.9.2.1/7.9.2.6 1 .1.5.1.1 .1 .2. 7.9.2.1 /7.9.2.6 1 .1.5.1.1 .1 .2.1 7.9.2.1 /7.9.2.6 1.1.5.1.1.1.2.2 7.9.2.1/7.9.2.6 1.1.5.1.1.1.2.3 DD FORM 2794, 20070416

1c. MILESTONE

A C: LRIP 1----1

X B C: PRODUCTION

2. MIL-HDBK-881 APPENDIX USED

4. CURRENT SUBMISSION DATE (YYYYMMDD) 5. LAST APPROVED PLAN DATE (YYYYMMDD)

6b. TELEPHONE NUMBER (Include Area Code) 6c. FAX NUMBER (Include Area Code) 6d. E-MAIL ADDRESS

r b}(6} I l(b}(6} I

7. PLAN TYPE 8. PREPARING ORGANIZATION 9. APPROVED PLAN NUMBER

PROGRAM X PRIME

X CONTRACT SUB

12a. 12b. 13. REPORTS REQUIRED (X if applicable)

CONTRACTOR CONTRACT a. CWBS b. DD 1921 c. DD 1921-1 d. DD 1921-2 e. SRDR NAME NUMBER DICTIONARY (CDSR) (FCHR) (PCR) FORMATS

Raytheon N00024-07-C-6119 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X

PREVIOUS EDITION IS OBSOLETE

COST AND SOFTWARE DATA REPORTING PLAN Form Approved OMB No. 0704-0188

(b}(3):10 usc §130,(b}(4},(b)(5} 13. REPORTS REQUIRED (X if appl icable)

12a. CONTRACTOR

12b. a. CWBS b. DO 1921 c. DO 1921·1 d. DO 1921-2 e. SRDR a. b. CONTRACT NUMBER

PROGRAM CONTRACT NAME DICTIONARY (CDSR) (FCHR) (PCR) FORMATS

7.9.2.1/7.9.2.6 1.1.5.1.1.1.2.4 Raytheon N00024-07-C-6119 X X X 7.9.2.1/7.9.2.6 1 .1.5.1.1 .1 .2.5 X X X 7.9.2.1/7.9.2.6 1.1.5.1.1 .1 .2.6 X X X 7.9.2.1 /7.9.2.6 1 .1.5.1.1 .1 .3 X X X 7.9.2.1 /7.9.2.6 1.1.5.1.1.1.4 X X X 7.9.2.1 /7.9.2.6 1 .1.5.1.1.2 X X X 7.9.2.1/7.9.2.6 1.1.5.1.1.3 X X X 7.9.2.1 /7.9.2.6 1.1.5.1.1.4 X X X 7.9.2.1 /7.9.2.6 1.1.5.1.2 X X X 7.9.2.1 /7.9.2.6 1.1.5.1.3 X X X 7.9.2.1 /7.9.2.6 1.1.5.1.4 X 7.9.2.1/7.9.2.6 1.1.5.1.4.1 X 7.9.2.1 /7.9.2.6 1.1.5.1.4.1.1 X 7.9.2.1/7.9.2.6 1.1.5.1.4.1 .1.1 X X X 7.9.2.1/7.9.2.6 1.1.5.1.4.1 .1.2 X X X 7.9.2.1/7.9.2.6 1.1.5.1.4.1.1.3 X X X 7.9.2.1/7.9.2.6 1.1.5.1.4.1 .2 X 7.9.2.1/7.9.2.6 1.1.5.1.4.1 .2.1 X X X 7.9.2.1/7.9.2.6 1.1.5.1.4.1.2.2 X X X 7.9.2.1/7.9.2.6 1.1.5.1.4.1 .2.3 X X X 7.9.2.1/7.9.2.6 1.1 .5.1.4.2 X 7.9.2.1 /7.9.2.6 1.1.5.1.4.2.1 X X X 7.9.2.1 /7.9.2.6 1 .1.5.1.4.2.2 X X X 7.9.2.1 /7.9.2.6 1 .1.5.1.4.2.3 X X X 7.9.2.1/7.9.2.6 1.1.5.1.4.3 X X X 7.9.2.1 /7.9.2.6 1 .1.5.1.4.4 X X X 7.9.2.1 /7.9.2.6 1 .1.5.1.4.5 X X X 7.9.2.1/7.9.2.6 1 .1.5.1.4.6 X X X 7.9.2.1/7.9.2.6 1.1.5.1.4. 7 X X X 7.9.2.1/7.9.2.6 1.1.5.2 X 7.9.2.1/7.9.2.6 1.1.5.2.1 X 7.9.2.1/7.9.2.6 1 .1.5.2.1 .1 X 7.9.2.1/7.9.2.6 1.1.5.2.1.1 .1 X X X 7.9.2.1/7.9.2.6 1.1 .5.2.1 .1 .2 X 7.9.2.1 /7.9.2.6 1.1.5.2.1 .1 .2.1 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.1 .1 .2.2 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.1.1.3 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.1 .1 .4 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.1.1.5 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.1 .2 X 7.9.2.1 /7.9.2.6 1 .1.5.2.1 .2.1 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.1 .2.2 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.1 .3 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.1 .4 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.1 .5 X X X 7.9.2.1/7.9.2.6 1.1.5.2.1.6 X X X 7.9.2.1/7.9.2.6 1 .1.5.2.2 X 7.9.2.1/7.9.2.6 1.1.5.2.2.1 X X X 7.9.2.1/7.9.2.6 1.1.5.2.2.2 X X X 7.9.2.1/7.9.2.6 1.1.5.2.3 X 7.9.2.1/7.9.2.6 1.1.5.2.3.1 X X X 7.9.2.1/7.9.2.6 1.1.5.2.3.2 X X X 7.9.2.1/7.9.2.6 1 .1.5.2.4 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.5 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.6 X 7.9.2.1 /7.9.2.6 1.1.5.2.6.1 X 7.9.2.1 /7.9.2.6 1 .1.5.2.6.1 .1 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.6.1.2 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.1 .3 X X X 7.9.2.1 /7.9.2.6 1 .1.5.2.6.2 X 7.9.2.1 /7.9.2.6 1 .1.5.2.6.2.1 X X X

DD FORM 2794, 20070416 PREVIOUS EDITION IS OBSOLETE

COST AND SOFTWARE DATA REPORTING PLAN Form Approved OMB No. 0704-0188

12a. 13. REPORTS REQUIRED (X if applicable)

11. 12b. a. b. WBS REPORTING ELEMENTS

CONTRACTOR CONTRACT NUMBER

a.CWBS b. DD 1921 c. DD 1921·1 d. DD 1921-2 e. SRDR

PROGRAM CONTRACT NAME DICTIONARY (CDSR) (FCHR} (PCR} FORMATS

7.9.2.1/7.9.2.6 1 .1.5.2.6.2.2 (b}(3):10 usc §130,(b}(4},(b}(5}

Raytheon N00024-07 -C-6119 X X X 7.9.2.1/7.9.2.6 1 .1.5.2.6.2.3 X X X 7.9.2.1/7.9.2.6 1.1.5.2.6.3 X X X 7.9.2.1/7.9.2.6 1.1.5.2.6.4 X X X 7.9.2.1/7.9.2.6 1.1.5.2.6.5 X 7.9.2.1/7.9.2.6 1 .1.5.2.6.6 X X X 7.9.2.1/7.9.2.6 1.1.5.2.6. 7 X X X 7.9.2.1/7.9.2.6 1.1.5.2.6.8 X X X 7.9.2.1/7.9.2.6 1 .1.5.2.6.9 X X X 7.9.2.1/7.9.2.6 1 .1.5.2.6.1 0 X X X 7.9.2.1/7.9.2.6 1.1.6 X 7.9.2.1/7.9.2.6 1.1.7 X 7.9.2.1/7.9.2.6 1.1.8 X 7.9.2.1/7.9.2.6 1 .1.8.1 X X X 7.9.2.1/7.9.2.6 1.1.8.2 X X X 7.9.2.1/7.9.2.6 1.1.8.3 X X X 7.9.2.1/7.9.2.6 1.1.9 X 7.9.2.1/7.9.2.6 1 .1.1 0 X 7.9.2.1/7.9.2.6 1.2 X 7.9.2.2 1.2.1 X X 7.9.2.2 1.2.2 X X 7.9.2.2 1.2.3 X X 7.9.2.2 1.2.4 X X 7.9.2.2 1.2.5 X X 7.9.2.2 1.2.6 X X 7.9.2.2 1.3 X 7.9.2.2 1.3.1 X X 7.9.2.2 1.3.2 X X 7.9.2.2 1.3.3 X X 4.2.1 1.3.4 X X 7.9.2.4 1.3.5 X 7.9.2.2 1.3.5.1 X X 7.9.2.5 1.3.5.2 X X 7.9.2.5 1.3.5.3 X X 7.9.2.5 1.3.5.4 X X 7.9.2.5 1.3.5.5 X X 7.9.2.2 1.3.6 X X 7.9.2.5 1.3.7

(b}(3):10 usc §130,(b}(4},(b}(5) X X

7.9.2.2 1.4 X 7.9.2.2 1 .4.1 X 7.9.2.2 1.4.2 X 7.9.2.2 1.4.3 X 7.9.2.2 1.4.4 X 7.9.2.5 1.4.5 X 7.9.2.5 1.4.6 X 7.9.2.5 1.4.7 X 7.9.2.5 1.4.8 X 7.9.2.2 1.4.9 X 7.9.2.2 1 .4.1 0 X DD FORM 2794, 20070416 PREVIOUS EDITION IS OBSOLETE

COST AND SOFTWARE DATA REPORTING PLAN Form Approved OMB No. 0704-0188

12a. 13. REPORTS REQUIRED (X if applicable)

11. CONTRACTOR

12b. a.CWBS b. DO 1921 c. DO 1921-1 d. DO 1921-2 e. SRDR a. b. WBS REPORTING ELEMENTS CONTRACT NUMBER

PROGRAM CONTRACT NAME DICTIONARY (CDSR) (FCHR) (PCR) FORMATS

7.9.2.2 1.4.11 (b}(3):1 0 usc §130,(b)(4},(b)(5} Raytheon N00024-07-C-6119 X 7.9.2.2 1.4.12 X 7.9.2.2 1.4.13 X 7.9.2.2 1.4.14 X 7.9.2.2 1 .4.15 X 7.9.2.2 1.4.16 X 7.9.2.1/7.9.2.6 1 .4.18 X 7.9.2.1/7.9.2.6 1.5 X 7.9.2.1 /7.9.2.6 1.5.1 X 7.9.2.1/7.9.2.6 1.5.2 X 7.9.2.1/7.9.2.6 1.5.3 X 7.9.2.1/7.9.2.6 1.5.4 X 7.9.2.1/7.9.2.6 1.5.5 7.9.2.1/7.9.2.6 1.6 7.9.2.1/7.9.2 .6 1.6.1 X X 7.9.2.1 /7.9.2.6 1.6.2 X X 7.9.2.1/7.9.2.6 1.6.3 X X 7.9.2.1/7.9.2.6 1.7 X 7.9.2.1/7.9.2.6 1.8 7.9.2.1/7.9.2.6 1.9

I I X X X X X X

(b}(3):10 usc §130,(b}(4},(b)(5} X X

X X X X X X

X X

DO FORM 2794, 20070416 PREVIOUS EDITION IS OBSOLETE

COST AND SOFTWARE DATA REPORTING PLAN Form Approved OMB No. 0704-0188

The public reporting burden for this collection of information is estimated to average 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and revi

1a. PROGRAM (MDAP) 1b. PRIME MISSION PRODUCT 1c. MILESTONE 2. MIL-HDBK-881 APPENDIX USED

A C: LRIP Aegis BMD SM-3 Missile

X B C: PRODUCTION

3. SUBMISSION TYPE 4. CURRENT SUBMISSION DATE (YYYYMMDD) 5. LAST APPROVED PLAN DATE (YYYYMMDD)

X !INITIAL I cHANGE

Ga. POINT OF CONTACT (POC) NAME AND ADDRESS (Include ZIP Code) 6b. TELEPHONE NUMBER (Include Area Code) 6c. FAX NUMBER (Include Area Code) 6d. E-MAIL ADDRESS

l(b}(6}

I l(b}(6}

I l(b}(6} I l(b}(6}

I 7. PLAN TYPE 8. PREPARING ORGANIZATION 9. APPROVED PLAN NUMBER

PROGRAM PRIME

X CONTRACT X SUB

12a. 13. REPORTS REQUIRED (X if applicable)

11. 12b. a. b. WBS REPORTING ELEMENTS

CONTRACTOR CONTRACT NUMBER a. CWBS b. DD 1921 c. DD 1921-1 d. DD 1921-2 e. SRDR

PROGRAM CONTRACT NAME DICTIONARY (CDSR) (FCHR) (PCR) FORMATS

7.9.2 1 (b)(3):10 usc §130,(b}(4).(b}(5} (b}(4} N00024-07-C-6119 X

7.9.2.1/7.9.2.6 1.1.4.2 X 7.9.2.1/7.9.2.6 1.1.4.2.1 X X X 7.9.2.1/7.9.2.6 1 .1.4.2.2 X 7.9.2 .1/7.9.2.6 1 .1 .4.2.2.1 X X X 7.9.2.1/7.9.2.6 1 .1.4.2.2.2 X X X 7.9.2.1/7.9.2.6 1.1.4.2.2.3 X X X 7.9.2.1/7.9.2.6 1.1.4.2.3 X X X 7.9.2.1/7.9.2.6 1 .1.4.2.4 X X X 7.9.2.1/7.9.2.6 1.1.4.2.5 X X X 7.9.2.1/7.9.2.6 1 .1.4.2.6 X X X 7.9.2.1/7.9.2.6 1.1.5.1.4 X 7.9.2.1/7.9.2.6 1.1.5.1.4.1 X 7.9.2.1/7.9.2.6 1 .1 .5.1 .4.1 .1 X 7.9.2.1/7.9.2.6 1 .1.5.1 .4.1 .1.1 X X X 7.9.2.1/7.9.2.6 1 .1.5.1 .4.1 .1 .2 X X X 7.9.2.1/7.9.2.6 1 .1.5.1 .4.1 .1.3 X X X 7.9.2.1/7.9.2.6 1 .1 .5.1 .4.1 .2 X 7.9.2.1/7.9.2.6 1 .1.5.1 .4.1 .2.1 X X X 7.9.2.1/7.9.2.6 1 .1 .5.1 .4.1 .2.2 X X X 7.9.2.1/7.9.2.6 1.1 .5.1.4.1.2.3 X X X 7.9.2.1/7.9.2.6 1 .1 .5.1 .4.2 X 7.9.2.1/7.9.2.6 1 .1 .5 .1 .4.2.1 X X X 7.9.2.1/7.9.2.6 1 .1.5.1 .4.2.2 X X X 7.9.2.1/7.9.2.6 1 .1.5.1 .4.2.3 X X X 7.9.2 .1/7.9.2.6 1.1.5.1.4.3 X X X 7.9.2.1/7.9.2.6 1 .1.5.1 .4.4 X X X 7.9.2 .1/7.9.2 .6 1.1.5.1.4.5 X X X 7.9.2.1/7.9.2.6 1 .1 .5.1 .4.6 X X X 7.9.2.1/7.9.2.6 1.1.5.1.4.7 X X X

DD FORM 2794, 20070416 PREVIOUS EDITION IS OBSOLETE

COST AND SOFTWARE DATA REPORTING PLAN Form Approved OMB No. 0704-0188

12a. 13. REPORTS REQUIRED (X if appl icable)

11 . 12b. a. b. WBS REPORTING ELEMENTS

CONTRACTOR CONTRACT NUMBER a. CWBS b. DO 1921 c. DO 1921-1 d. DO 1921-2 e. SRDR

PROGRAM CONTRACT NAME DICTIONARY (CDSR) (FCHR) (PCR) FORMATS (b}(3):10 usc §130,(b}(4},(b}(5} (b}(4}

I H00276-08-C-OOO 1 X X X X X X

X X X X X X X X

X X X

DO FORM 2794, 20070416 PREVIOUS EDITION IS OBSOLETE

COST AND SOFTWARE DATA REPORTING PLAN Form Approved OMB No. 0704-0188

P11hlir. reporting burden for this collection of information is estimated to average 15 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewi

a. PI Aegis BMD SM-3 Missile 2a. "' ~ I SY::; I t:M I Yt-'t: I I I Yt-'t: 14. DATE AS OF )/YY) 5. REf-'UH I UA It: I' IYY) -

~ INITIAL SUBMISSION

A B X C: LRIP C: Pr Missile System

b. MILESTONE CHANGE

6. f-v'" ,·OF COl'< 1 ACT 1, INFc II lVI' ~6~61TEL . NIJMBER I7.WBS IB PI 0 JIZA-IIV" a. POC AND ADDRESS (Include ZIP Code) I DPROGRAM

I'"""' . FAX NII"R'OR Aegis BMD Program Office, PD452

I

AnnRF~'" GJCONTRACT 19. REVIEW AND REFERENCE NUMBER

14. REPOF J]B UENCY W 3S ELE~ C JOE

11. 12. 13. . . d. DDT63o

. WBS CONTRACTOR CONTRACT . a. [ J 1921 DD ~1 1-1 (Part 1 c. D 19. -1 (Part 2) . .

a. PRC lACT I ; F I F M.SJ::IT§. IDUN" NUMBER . . :D R lED :D R lED .

'.2 17.9 11 ; c uoc, , 011'1 ?<1-07 -C-6119 .. X .

17.9.2.1 /7.9.2. 11.1 .

X . . . . 7.9.2 .1/7.9.2 . 1.1 .1 . X . . . 7.9.2.1 /7.9.2. 1.1.1.1

. X X X . . . 7.9.2 .1/7.9.2 . 1.1 .1.2

. X X X . . .

7.9.2.1 /7.9.2. 1 .1 .1.3 .

X X X . . . . 7.9.2.1 /7.9.2. 1.1.2

. X X X . . . 7.9.2.1 /7.9.2. 1.1.3

. X X X . . .

17.9.2.1 /7.9.2. 1.1 .4 .

X X X . . . . 17.9.2 .1/7.9.2 . 11 .2

. X . . .

17.9.2.1 /7.9.2. 11.2.1 . . X . . .

7.9.2.1/7.9.2 . . X 1.2.1.1 . . .

7.9.2.1 /7.9.2. 1.2.1.1 .1 .

X X X . . . . 7.9.2 .1/7.9.2 . 1.2.1.1 .2 . X X X . . . 7.9.2.1 /7.9.2. 1.2.1.1.3

. X X X . . . 7.9.2.1/7.9.2 . 1.2.1 .2

. X . . .

7.9.2.1 /7.9.2. 1.2.1 .2.1 .

X X X . . . . 17.9.2.1 /7.9.2. 1.2.1 .2.2

. X X X . . .

17.9.2.1 /7.9.2. 11 .2.1 .2.3 .

X X X . . . [7.9.2.1 /7.9.2.

. 1.2.4 . . X X X . .

7.9.2.1/7.9.2 . 1.2.5 .

X X X . . . 7.9.2.1 /7.9.2. 1.2.6

. . X X X . . . . 7.9.2.1/7.9.2 . 1.2 .7 . X X X . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . DD 2794, Oct PREVIOUS EDI 'ION IS OBSOLETE

15a. SUBMISSION

001 002

1. Mandatory Policy Guidance:

15B. FORM

1921,1921-1,2630 1921,1921-1,2630

15 CCDR SUBMISSION 15C.EVENT

Initial Report Subsequent Reports

SPECIAL CONTRACTOR INSTRUCTIONS

PROGRAM OFFICE RESPONSIBILITIES

Department of Delense Directive Number 5000.1, eflective May 12, 2003, authorizes publication ol DoD Instruction 5000.2 , "Operation of the Defense Acquisition System,'', eflective May 12, 2003.

15D. AS OF DATE

4/30/2008 Yearly- 30 April

15e. DUE DATE

6/30/2008 Yearly- 30 June

DoD 5000.4M CARD development, DoD 5000.4M-1 Contractor Cost Data Report System and DoD 5000.4M-2 Software Resource Data Reporting System provide for the requirements lor CCDR Reporting for Major Defense Acquisition Programs (MDAPS) and Major Automated lnf

2. CCDR Plan Updates: The MDA will review and approve all CCDR Plans and any subsequent changes before each contract award or modification. If CCDR requirements are expected to change when a contract option is exercised, a revised CCDR plan will be subm

3. Contract CCDR CDRLs: The Program Manager will forward an extract of the request for proposals (RFP) to MDA before issuing any RFP. MDA will follow-up with the PM and CWIPT if the solicitation deviates from the approved CCDR Plan. The Program Office w

4. Report Acceptance and Validation: The Program Oflice will conduct a validation of the CCDRs and notify MDA of either report acceptance or rejection within 15 days of receipt. If report is rejected, it will be returned to the contractor for resubmitta

5. Technical Characteristics:

6. Subcontractor's potentially meeting CCDR reporting threshold:

PROGRAM OVERVIEW AND CONTRACTING APPROACH

1. Proqram Overview: Technology Development Program and Testbed-Flight Test Program to demonstrate the implementation of technologies in the Aegis Ballistic Missile Defense Program, Block 04,06 and 08. Incorporation of these technologies in the STANDARD Missile-3. (SM-3) missile is defined by Block I and Block lA missile configurations.

2. Contracting Approach: Subcontract for Raytheon Sole Source contract N00024-07-C-6119. Acquisition and development will be via a capabilities based requirements, evolutionary approach implemented through spiral development.

3. Quantity Overview under Raytheon contract (N00024-07-C-6119): CLIN 0001 will consist of 27 SM-3 Block lA Missiles CLIN 0005 will consist of 9 SM-3 Block lA Missiles

See 10 Notes (b) for details regarding future missile buys.

DO FORM 2794, Del 2003 PREVIOUS EDITION IS OBSOLETE

CONTRACTOR INSTRUCTIONS 1. Electronic Reporting: In order to improve the efficiency of transmitting, storing , managing , administering and ultimately applying CCDR data to cost analysis problems , The Missile Defense Agency (MDA)/PD452 requires contractors to submit CCDRs in el

2. Report Structure: The overarching conceptual framework governing the scope and level of indenture for financial and resource data within the CCDR DD Forms 1921, 1921 ·1, is the concept of a product oriented Work Breakdown Structure (WBS), which promu

In the event that the contract WBS (CWBS) is not structured as a product-oriented WBS (i.e., identifies hardware and software end items) and/or does not isolate end item costs at a level of detail sufficient for estimating hardware end items, then the con

The contractor will isolate costs for each applicable hardware end item, software end item, and SEIT/PM element by means of, either a downward allocation, upward allocation, and/or lateral transfer of costs from WBS elements containing constituent costs f

The overarching conceptual framework governing the scope and timing of report submittals for the SRDR DD Forms 2630·2 and 2630·3 will be by major build of software. A "build" is defined to represent a unique deliverable product to the Government with suff

3. Recurring vs Non-Recurring Costs: Recurring and non-recurring will be captured in a cost effective and practical manner, and will be reported according to the instructions within the DoD 5000.4M-1 Contractor Cost Data Report System. Cost may be rep

4. Subcontractor Requirements: DD Forms 1921 , 1921 ·1 (Part I) and 1921 ·1 (Part II) will be flowed down to subcontractors meeting the dollar threshold for subcontractor reporting outlined in DoD 5000.4M·1 Contractor Cost Data Report System. DD Form 2630

5. WBS Dictionary: The contractor is responsible for preparing and submitting the contract WBS dictionary within 30 days of contract award per Data Item Description (DID) 81334.

6. Common Subsystems: N/A

7. Number of Units: In the DD Form 1921 Cost Data Summary Report column titled "Number of Units" (Column G) and the DD Form 1921·1 Functional Cost Hour Report quantity box (block 13), where appropriate, enter the total number of units or sets being pro

8. General Reporting Guidelines: Contractors must report all actual and estimated costs, regardless of contract ceiling or contract type (e.g. firm fixed price). This requirement may result in reported costs being higher than costs actually paid by th

9. Report Acceptance and Validation: The Program Office will conduct a validation of the CCDRs and notify MDA of either report acceptance or rejection within 15 days of receipt. If report is rejected, it will be returned to the contractor for resubmit

10. Notes: a) All future ECPs and major development efforts will collect cost separately for 1921 ·1 reporting. b) Each FYs missile buy will be proposed and awarded separately and will have a unique CLIN to allow for segregated reporting. These CLINS+86 will be the lot basis for 1921·1 (Part II) reporting. c) The specific characteristic of weight will be reported under ACS ·Hardware and MTA & ACA · Hardware. d) Program WBS element codes represent mapping to the Raytheon N00024·07-C-6119 contract WBS. e) FMS missile procurements shall be reported separately from US requirements. f) Missile Deployment Rounds will be reported utilizing both lot and unit average methodology.

DD FORM 2794. Oct 2003 PREVIOUS EDITION IS OBSOLETE

COST AND SOFTWARE DATA REPORTING PLAN Form Approved OMB No. 0704-0188

The public reporting burden for this collection of information is estimated to average 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information , including suggestions for reducing the burden , to Department of Defense, Executive Services Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for fail ing to comply with a collection of information if it does not display a currently valid OMB control number. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE ABOVE ORGANIZATION.

1a. PROGRAM (MDAP) 1b. PRIME MISSION PRODUCT

Aegis BMD SM-3 Missile

3. SUBMISSION TYPE

X INITIAL !cHANGE

6a. POINT OF CONTACT (POC) NAME AND ADDRESS (Include ZIP Code)

(b}(6)

11. a. b. WBS REPORTING ELEMENTS

PROGRAM CONTRACT

7 .9.2 1.0 (b)(3}:10 usc §130,(b)(4),(b}(5}

7.9.2.1/7.9.2.6 1.1.5.1 7.9.2.1/7.9.2.6 1.1.5.1.1.1 7.9.2.1/7.9.2.6 1.1 .5. 1.1 .1.2 7.9.2.1/7.9.2.6 7.9.2.1/7.9.2.6 7.9.2.1/7.9.2.6 7.9.2.1/7.9.2.6 7.9.2.1/7.9.2.6 7.9.2.1/7.9.2.6 7.9.2.1/7.9.2.6 7.9.2.1/7.9.2.6 7.9.2.1/7.9.2.6

1.1 .5.1.1 .1.2.1 1.1.5.1.1 .1.2.2 1.1.5.1.1 .1.2.3 1.1.5.1.1 .1.2.4 1.1.5.1.1 .1.2.5 1.1.5.1.1 .1.2.6 1.1.5.1.1 .1.3 1.1.5.1.1 .1.4 1.1.5.1.1.2

7.9.2.1/7.9.2.6 1.1.5.2 7.9.2.1/7.9.2.6 1.1 .5.2. 1.2.1 7.9.2.1/7.9.2.6 1.1.5.2.1 .3 7.9.2.1/7.9.2.6 7.9.2.1/7.9.2.6

1.1.5.2.1 .3.1 1.1.5.2.1.3.2

7.9.2.1/7.9.2.6 1.1.5.2.2 7.9.2.1/7.9.2.6 1.1.5.2.2.1

DD FORM 2794, 20070416

1c. MILESTONE

A C: LRIP

X B C: PRODUCTION

2. MIL-HDBK-881 APPENDIX USED

4. CURRENT SUBMISSION DATE (YYYYMMDD) 5. LAST APPROVED PLAN DATE (YYYYMMDD)

6b. TELEPHONE NUMBER (Include Area Code)

7. PLAN TYPE

1---1 PROGRAM PRIME

X CONTRACT X SUB

12a. CONTRACTOR

NAME

r b}(4) I

12b. CONTRACT NUMBER

N00024-07 -C-611 9

PREVIOUS EDITION IS OBSOLETE

6c. FAX NUMBER (Include Area Code) 6d. E-MAIL ADDRESS

l(b)(6}

8. PREPARING ORGANIZATION 9. APPROVED PLAN NUMBER

13. REPORTS REQUIRED (X if applicable)

a. CWBS

DICTIONARY

b. DO 1921

(CDSR)

X X X X X X X X X X X X X X X X X X X X

X X X X X X

X X

X X X X X X

X X

c. DO 1921-1

(FCHR)

X X X X X X X X X

X

X X

X

d. DO 1921-2

(PCR)

X X X X X X X X X

X

X X

X

e. SRDR

FORMATS

COST AND SOFTWARE DATA REPORTING PLAN Form Approved OMB No. 0704-0188

The public reporting burden for this collection of information is estimated to average 8 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and revi

1a. PROGRAM (MDAP) 1b. PRIME MISSION PRODUCT 1c. MILESTONE 2. MIL-HDBK-881 APPENDIX USED

A C: LRIP Aegis BMD SM-3 Missile

X B C: PRODUCTION

3. SUBMISSION TYPE 4. CURRENT SUBMISSION DATE (YYYYMMDD) 5. LAST APPROVED PLAN DATE (YYYYMMDD)

X !INITIAL I CHANGE

6a. POINT OF CONTACT (POC) NAME AND ADDRESS (Include ZIP Code) 6b. TELEPHONE NUMBER (Include Area Code) 6c. FAX NUMBER (Include Area Code) 6d. E-MAIL ADDRESS

(b)(6) r b}(6} I

r b}(6} I l(b}(6} I Dahlgren. 7. PLAN TYPE 8. PREPARING ORGANIZATION 9. APPROVED PLAN NUMBER

PROGRAM PRIME

X CONTRACT X SUB

12a. 13. REPORTS REQUIRED (X if applicable)

11 . CONTRACTOR

12b. a. CWBS e. SRDR a. b. WBS REPORTING ELEMENTS CONTRACT NUMBER

b. DD 1921 c. DD 1921-1 d. DD 1921-2

PROGRAM CONTRACT NAME DICTIONARY (CDSR) (FCHR) (PCR) FORMATS

7.9.2 1.0 (b)(3}:1 0 usc §130,(b}(4}.(b)(5}

l (b}(4} N00024-07 -C-6119 X 7.9.2.1 /7.9.2.6 1.1 .5 X X X 7.9.2.1 /7.9.2.6 1.1 .5.2.6 X 7.9.2.1 /7.9.2.6 1.1.5.2.6.1 X 7.9.2.1 /7.9.2.6 1.1.5.2.6.1 .1 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.1 .2 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.1.3 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.2 X 7.9.2.1 /7.9.2.6 1.1.5.2.6.2.1 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.2.2 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.2.3 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.3 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.4 X X X 7.9.2.1 /7.9.2.6 1.1 .5.2.6.5 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.6 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.7 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.8 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.9 X X X 7.9.2.1 /7.9.2.6 1.1.5.2.6.1 0 X X X

X X X X X X

X X

X X X X X X

X X

DD FORM 2794, 20070416 PREVIOUS EDITION IS OBSOLETE

14. CSDR SUBMISSION DATES

a. SUBMISSION

1 2

15. REMARKS

b. FORM(S)

1921' 1921-1' 1921-2, 2630 1921' 1921-1' 1921-2, 2630

c. EVENT

Initial Report Subsequent Reports

SPECIAL CONTRACTOR INSTRUCTIONS PROGRAM OFFICE RESPONSIBILITIES

d. AS OF DATE

(YYYYMMDD)

20080430 Yearly- 30 April

e. DUE DATE

(YYYYMMDD)

20080630 Yearly- 30 June

1. Mandatory Policy Guidance: Department of Defense Directive Number 5000.1, effective May 12, 2003, authorizes publication of DoD Instruction 5000.2 , "Operation of the Defense Acquisition System,", effective May 12, 2003.

DoD 5000.4M CARD development, DoD 5000.4M-1 Contractor Cost Data Report System and DoD 5000.4M-2 Software Resource Data Reporting System provide for the requirements for CCDR Reporting for Major Defense Acquisition Programs (MDAPS) and Major Automated Information System (MAIS) Acquisition Programs. Unless waived by the CAIG Chairman, CCDR reporting is required on all major contracts and subcontracts, regardless of contract type valued at more than $50 million (FY 2002 constant dollars). CCDR reporting may also be required on high-risk or interest contracts priced between $7.0 million and $50 million. CCDR Reporting is not required on contracts priced below $7.0 million.

2. CCDR Plan Updates: The MDA will review and approve all CCDR Plans and any subsequent changes before each contract award or modification. If CCDR requirements are expected to change when a contract option is exercised, a revised CCDR plan will be submitted for MDA approval prior to award. CCDR Plans will be updated to reflect current policy regarding CCDR requirements before any new contract or major modification is made.

3. Contract CCDR CDRLs: The Program Manager will forward an extract of the request for proposals (RFP) to MDA before issuing any RFP. MDA will follow-up with the PM and CWIPT if the solicitation deviates from the approved CCDR Plan. The Program Office will forward one copy of the CDRL items that establish the WBS, WBS dictionary, and the CCDR Reporting requirements to MDA within 30 days after contract containing such requirements is awarded.

4. Report Acceptance and Validation: The Program Office will conduct a validation of the CCDRs and notify MDA of either report acceptance or rejection within 15 days of receipt. If report is rejected, it will be returned to the contractor for resubmittal. If accepted by the Program Office, MDA will then do the final report validation and will issue a memo to the Program Office and transmit either report acceptance or rejection and any notice of exceptions. Contractors will correct and resubmit the data for rejected reports in accordance with contract requirements. Final acceptance of CCDR and SRDR reports rests with the MDA.

5. Technical Characteristics: The Program Manager in coordination with the CWIPT, is responsible for identifying the proposed characteristics. Airframe weight is a mandatory requirement for aircraft contracts. For Program CSDR plans, identify the specific unclassifield characteristic and related metrics (e.g., weight, range, and speed) for each prime, associate, or subcontractor that might meet the CCDR reporting thresholds.

DoD 5000.4M CARD development, DoD 5000.4M-1 Contractor Cost Data Report System PREVIOUS EDITION IS OBSOLETE

15. REMARKS {Continued)

SPECIAL CONTRACTOR INSTRUCTIONS PROGRAM OFFICE RESPONSIBILITIES (Continued)

6. Subcontractor's potentially meeting CCDR reporting threshold: The Program Manager shall provide the names and addresses of associate contractors and lower tier subcontractors who potentially meet the CCDR reporting thresholds, along with specific WBS elements and key technical characteristics for which they are responsible. If any of these elements are not know when the plan is submitted, the PM shall submit a revised plan when the information becomes available.

PROGRAM OVERVIEW AND CONTRACTING APPROACH

1. Program Overview: Technology Development Program and Testbed-Flight Test Program to demonstrate the implementation of technologies in the Aegis Ballistic Missile Defense Program, Block 04,06 and 08. Incorporation of these technologies in the STANDARD Missile-3. (SM-3) missile is defined by Block I and Block lA missile configurations.

2. Contracting Approach: Subcontract for Raytheon Sole Source contract N00024-07-C-6119 .. Acquisition and development will be via a capabilities based requirements, evolutionary approach implemented through spiral development.

CONTRACTOR INSTRUCTIONS

1. Electronic Reporting: In order to improve the efficiency of transmitting, storing, managing, administering and ultimately applying CCDR data to cost analysis problems, The Missile Defense Agency (MDA)/PD452 requires contractors to submit CCDRs in electronic format.. The medium MDA requires for these reports, which contain financial data, is Microsoft Excel. Pre-formatted templates along with submittal instructions, delivery methods and instructional tutorials for the DD Form 1921 CDSR, DD Form 1921-1 (Part I) FCHH and DD Form 1921-1 (Part II) PCH are available from the DCARC website : http://dcarc.pae.osd.mil/. Transmittal of DO Forms 1921, 1921-1 (Part I) and 1921-1 (Part II) from defense contractors to the DCARC will be accomplished through the internet as an encrypted e-mail attachment to a digitally signed email td<bl<6l lor posted to theMDA Portal.

2. Report Structure: The overarching conceptual framework governing the scope and level of indenture for financial and resource data within the CCDR DD Forms 1921 , 1921 -1, is the concept of a product oriented Work Breakdown Structure (WBS), which promulgated within the DD Form 2794 Cost Data Reporting Plan. In those instances where a contractor is unable to comply with the financial reporting structure outlined in DoD 5000.4M-1 Contractor Cost Data Report System for DD Forms 1921, 1921-1 (Part I) and 1921-1 (Part II), the following instructions will apply:

In the event that the contract WBS (CWBS) is not structured as a product-oriented WBS (i.e., identifies hardware and software end items) and/or does not isolate end item costs at a level of detail sufficient for estimating hardware end items, then the contractor will undertake one of three data mapping schemes in order to provide the Government data in a product oriented fashion ..

The contractor will isolate costs for each applicable hardware end item, software end item, and SEIT/PM element by means of, either a downward allocation, upward allocation, and/or lateral transfer of costs from WBS elements containing constituent costs for the items. The data mapping scheme which traces all upward, downward and lateral transfer of costs from the CWBS to the resulting end items costs shall be provided to MDA/PD452 as part of the DD Form 2794 Cost Data Reporting Plan.

The overarching conceptual framework governing the scope and timing of report submittals for the SRDR DO Forms 2630-2 and 2630-3 will be by major build of software. A "build" is defined to represent a unique deliverable product to the Government with sufficient scope and depth to capture significant software development effort. In the event that multiple minor software releases occur during the timeframe between the initial and final SRDR submittal for a "major build", then the contractor will use the remarks section to indicate the scope and content of these interim software activities.

3. Recurring vs Non-Recurring Costs: Recurring and non-recurring will be captured in a cost effective and practical manner, and will be reported according to the instructions within the DoD 5000.4M-1 Contractor Cost Data Report System. Cost may be reported in a non-recurring manner only if the following conditions exist (with the Cost IPT approval) : the developmental nature of the contractual effort; a limited quantity of variant prototypes; a non-unique nature of the same variant prototypes; and/or the elevated delta costs to maintain accountability at levels needed to differentiate between recurring and non-recurring efforts.

4. Subcontractor Requirements: DO Forms 1921 , 1921 -1 (Part I) and 1921 -1 (Part II) will be flowed down to subcontractors meeting the dollar threshold for subcontractor reporting outlined in DoD 5000.4M-1 Contractor Cost Data Report System. DD Form 2630 will be flowed down subcontracts having software development efforts valued at $25M or greater. Subcontractor data will be aggregated into the report structure of this plan and the report structure of DD Forms 1921, 1921-1 (Part 1), 1921-1 (Part II) and 2630. If a subcontractor and the prime cannot agree to report through the prime, a subcontractor may submit directly to the Government under the same conditions that the prime is to adhere .. Based on the flow down of requirements, the prime and subcontractors will have identical reporting requirements (report type, frequency and method of transmissino) . The subcontract WBS will be different but complementary.

DoD 5000.4M CARD development, DoD 5000.4M-1 Contractor Cost Data Report System PREVIOUS EDITION IS OBSOLETE

15. REMARKS {Continued)

SPECIAL CONTRACTOR INSTRUCTIONS CONTRACTOR INSTRUCTIONS (Continued)

5. WBS Dictionary: The contractor is responsible for preparing and submitting the contract WBS dictionary within 30 days of contract award per Data Item Description (DID) 81334.

6. Common Subsystems: N/A

7. Number of Units: In the DO Form 1921 Cost Data Summary Report column titled "Number of Units" (Column G) and the DO Form 1921-1 Functional Cost Hour Report quantity box (block. 13), where appropriate, enter the total number of units or sets being procured under contract for each reporting element.

8. General Reporting Guidelines: Contractors must report all actual and estimated costs, regardless of contract ceiling or contract type (e.g. , firm fixed price). This requirement may result in reported costs being higher than costs actually paid by the government. All contractor data sources should be used. However, there will be occasions when the contractor cannot, without a major effort or major change to his accounting system, provide the data in the requested format. If the contractor's accounting system aggregates incurred costs in a manner that does not coincide with CCDR definitions, the contractor should estimate the costs required for CCDR reporting and describe the estimation method in the "Remarks" section.

9. Report Acceptance and Validation: The Program Office will conduct a validation of the CCDRs and notify MDA of either report acceptance or rejection within 15 days of receipt. If report is rejected , it will be returned to contractor for resubmittal. If accepted by the Program Office, MDA will then do the final report validation and will issue a memo to the Program Office and transmit either report acceptance or rejection and any notice of exceptions. Contractors will correct and resubmit the data for rejected reports in accordance with contract requirements. Final acceptance of CCDR and SRDR reports rests with the MDA

10. Notes: a) All future ECPs and major development efforts will collect cost separately for 1921 -1 reporting .

b) Each FYs missile buy will be proposed and awarded separately and will have a unique CLIN to allow for segregated reporting. These CLINS+B6 will be the lot basis for 1921-1 (Part II) reporting. c) The specific characteristic of weight will be reported under ACS - Hardware and MTA & ACA - Hardware. d) Program WBS element codes represent mapping to the Raytheon N00024-07-C-6119 contract WBS. e) FMS missile procurements shall be reported separately from US requirements. f) Missile Deployment Rounds will be reported utilizing both lot and unit average methodology.

DoD 5000.4M CARD development, DoD 5000.4M-1 Contractor Cost Data Report System PREVIOUS EDITION IS OBSOLETE

(b)(3):1 0 usc §13 ,(b

ATTACHMENT 20

Standard Missile- 3 (SM-3)

N00024-07 -C-6119

Spares Manufacturing Components Material Lists

United States (US) Spares Material List . . . . .

CLIN 0013 Part Number litem Name Quantity b)(3):10 usc §130 1

1 1 2 1 2 1 1 1

I *A 00250 is not required for the l (b)(3):10 U ::;~_; §ijU::>lQI J

FOREIGN MILITARY SALES (FMS) SPARES MATERIALS LIST FOR JA-P-FQV CASE

CLIN 0014

Part Name Part Number FQV Qty

(b)(3):10 usc §130

FOREIGN MILITARY SALES (FMS) SPARES MATERIALS LIST FOR JA-P-FON CASE

CLIN 0021 (OPTION)

Part Name Part Number

(b)(3).10 usc §130

FON Qty

FOREIGN MILITARY SALES (FMS) INERT OPERATIONAL MISSILE (10M) SPARES

MATERIALS LIST CLIN 0022 (OPTION)

Part Name IOMQty

(b)(3):10 usc §130

N00024-07-C-6119

ATTACHMENT 21

Organizational Conflicts of Interest (OCI)

(b )(5),(b )(6)

(b )(5),(b )(6)

ATTACHMENT 22

Flight Test Kits

N00024-07 -C-6119

N00024-07 -C-6119

Hardware for 'Nomenclature Total Kit Qty 10 Quantity Total Kit Qty 3 Quantity I ITt"'" tltl11 P"rt" Ooo,.ntitv/ICit P"rt" n, (b)(3):1 0 usc §130,(b)(5)

2 ?

_A II

1 • ? ')

II " .4 A

? ')

.4 d.

~ 'l

? ')

1 • 1 • 1 • 1 • 1 1

1 1

_2_ ?

.4 A

1 • 1 • 1 • ? ?

' ?

_j 1

1 • 1 • 1 • d. A

? ?

1 • _1 1

~ n

1 n

n • n 1

(b)(3):1 0 usc §130,(b)(5)

(b)(3):1 0 usc §130,(b)(4),(b)(6)

(b)(3):1 0 usc §130,(b)(4),(b)(6)

(b)(3):1 0 usc §130,(b)(4),(b)(6)

(b)(3):1 0 usc §130,(b)(4),(b)(6)

(b)(3):1 0 usc §130,(b)(4),(b)(6)

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(

(b)(3):1 0 usc §130,(b)(4 ,(b)(